Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-010 - 1/10/2017 - Approved
2017-010 1/10/17 M2017-003 J.S. Haren Company 00 52 23 AGREEMENT This Agreement,for the Project awarded on January 10,2017 , is between the City of Corpus Christi (Owner) and J.S. Haren Company (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation Blvd., Suite 300 Corpus Christi,Texas, 78408 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Road#5 Corpus Christi,Texas,78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 210 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 240 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Agreement 00 52 23-1 ONSWTP Facilities Feed Optimization Improvements • . . City Project No. E15233 Rev 06-22-2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF ONSWTP Facilities Feed Optimization I - Fluoride City Project No. E15233 t r City of Corpus Christi LNV, Inc. 801 Navigation Blvd./Corpus Christi, TX 78408/351-883-1984 11ri ''si VALUAM LOGAN 6U" 993$3 09 /1-$ Record Drawing Number WTR-458 This page intentional& Teff blank 00 01 00 TABLE OF CONTENTS DIVISION/ TITLE SECTION DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Revol-13-2016) 00 30 01 Bid Form {Rev01-13-2016} 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Rev 01-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience(Rev 06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Revol-13-2016) 00 61 16 Payment Bond (Rev O1-13-201€) 00 72 00 General Conditions (Rev3-23-2015) 00 72 01 Insurance Requirements(Rev 06-22-2016) 00 72 02 Wage Rate Requirements(Rev06-12-2015) 00 72 03 Minority/MBE/ DBE Participation Policy(Revol-13-2016) 00 73 00 Supplementary Conditions DIVISION 01 GENERAL REQUIREMENTS 011100 Summary of Work(Rev01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application far Payment Procedures(Rev 03-11-2015) 01 29 01 Measurement and Basis for Payment (Revo1-13-2016) 013100 Project Management and Coordination{Revo1-13-2016} 013113 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev 21312014) 013302 Shop Drawings 013303 Record Data 013304 Construction Progress Schedule 013305 Video and Photographic Documentation Table of Contents 000100-1 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 06-22-2016 DIVISION/ TITLE SECTION 013500 Special Procedures 014000 Quality Management 015000 Temporary f=acilities and Controls 015700 Temporary Controls 017000 Execution and Closeout Requirements Part S STANDARD SPECIFICATIONS DIVISION 02 SITEWORK 02 10 20 Site Clearing&Stripping 02 20 20 Excavation And Backfill For Utilities 02 20 21 Control of Groundwater 02 20 22 Trench Safety for Excavations 02 20 40 Street Excavation 022100 Select Material 02 52 05 Pavement Repair,Curb,Gutter, Sidewalk& Driveway Replacement 02 52 23 Crushed Limestone Flexible Base 02 54 04 Asphalts,Oils, & Emulsions 02 54 12 Prime Coat 02 54 24 Hot Mix Asphalt Concrete Pavement 02 80 20 Seeding Part T TECHNICAL SPECIFICATIONS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 0S 00 Mobilization DIVISION 02 SITEWORK 02 08 00 Well Pointing, Dewatering,and Disposal 02 40 10 Dewatering and Cofferdam DIVISION 03 CONCRETE 03 10 00 Concrete Forming and Accessories Table of Contents 000100-2 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 06-22-2016 DIVISION/ TITLE SECTION 03 20 00 Concrete Reinforcing 03 30 00 Cast-in-Place Concrete DIVISION 05 METALS 05 12 00 Structural Steel Framing 05 54 40 Aluminum Grating(5-110) DIVISION 08 DOORS AND WINDOWS 08 12 13 Hollow Metal Frames 08 13 13 Hollow Metal Doors 087100 Door Hardware DIVISION 09 FINISHES 09 96 00 High Performance Coatings DIVISION 10 SPECIALTIES 10 40 00 Signage DIVISION 11 EQUIPMENT 11 24 40 Liquid Chemical Peristaltic Hose Transfer Pumps 11 24 50 Liquid Chemical Peristaltic Tube Metering Pumps DIVISION 13 SPECIAL CONSTRUCTION 13 12 20 Metal Building System 13 20 80 Polyethylene Tanks DIVISION 15 MECHANICAL 15 06 10 Pipe Supports 15 06 20 Preformed Channel Pipe Support System 15 07 60 Pipe Identification 15 08 20 Piping Insulation 151100 Common Work Results for Valves 15 11 10 Ball Valves Table of Contents 000100-3 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 06-22-2016 DIVISION/ TITLE SECTION 151140 Check Valves 15 1150 Gate,Globe and Angle Valves 151170 Specialty Valves 151190 Pressure Reducing and Pressure Relief Valves 15 24 90 Polyvinyl Chloride{PUC} Pipe: Schedule Type 15 27 00 Steel Pipe:Galvanized and Black,ASTM A 53 15 43 00 Emergency Eye/Face Wash and Shower Equipment 15 83 00 Fans 15 95 60 Piping System Testing DIVISION 27 COMMUNICATIONS 27 13 23 Communications Optical Fiber Backbone Cabling DIVISION 31 EARTHWORK 310513 Soils for Earthwork 3123116 Excavation 312317 Trenching DIVISION 40 PROCESS INTEGRATION 40 05 53 Identification for Process Piping and Equipment 40 90 00 Instrumentation and Control for Process Systems 40 90 01 Instrumentation 40 90 02 Supervisory Control and Data Acquisition(SCADA)System END OF SECTION Table of Contents 000100-4 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 06-22-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas(Owner) is requesting Bids for the construction of the following Project: ONSWTP Facilities Feed Optimization Improvements—Fluoride City Proiect No. E15233 A. ONSWTP Facilities Feed Optimization Improvements—Fluoride project involves improvements to the fluoride containment,storage, chemical feed,chemical injection, instrumentation and controls,SCADA and integration,electrical feed,and structural including the following: 1. Demolition and disposal of containment area and feed system equipment including: existing day tanks, bulk storage tanks,containment piping, eye wash and shower, valves,fittings, seals, unistruts, appurtenances,chemical feed equipment, aboveground fluoride piping between containment and injection. Demolition and disposal of structural and concrete including: FRP enclosure,pipe supports,cutout into containment wall,concrete pipe support pads,and pump pad. Demolition and disposal of existing aluminum hatch cover at the filter effluent distribution box. Demolition and disposal of existing electrical systems including: electrical power, lighting,wiring and all designated control system equipment and instrumentation—as necessary for proposed equipment. 2. Provide concrete and structural improvements to fluoride containment area including: new containment wall,concrete floor to match existing pad under new pump building, concrete repairs to cut-out and pipe support/pump pads, provide new concrete pump pad, new fluoride building and supports and relocate stairs and platform. 3. Provide new overhead and underground fluoride carrier water piping(including all associated valves,fittings, seals,fabrication,supports,clamps, injectors, nozzles, sleeves and appurtenances)from containment area to both injection locations including, excavation,coring,tapping, pavement repair,seeding,and exploratory excavation and waste disposal. 4. Provide repair to fluoride injection and pH monitoring taps for plant 2 on 60" pre- stressed concrete cylinder pipe inside concrete manhole at existing fluoride injection (includes pipe dewatering and disposal, if required). 5. Provide new concrete injection vault for plant 2 on 60"prestressed concrete cylinder pipe(see Bid Proposal-Add Alt No. 1). Invitation to Bid and instructions to Bidders 002113-1 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 6. Provide a new aluminum hatch on the filter effluent distribution box and chemical injection vault for plant 2. 7. Provide all containment area improvements including: day tank, day tank scale, bulk storage tanks,appurtenances, eye wash and shower, leak probe, protective coating, new steel pre-engineered fluoride building(including steel column structural supports, protective coating and all appurtenances),fluoride transfer pumps,fluoride feed pumps and skids,all piping in and around containment area (including: all associated valves, reducers,fittings, supports,seals, clamps,sleeves and appurtenances), protective coating inside containment area and building. S. Provide all electrical improvements including but not limited to: new conduit and wiring inside and outside of containment area,unistrut, mounting hardware, switches, receptacles, lighting, switch racks, panels,fluoride feed system power and lighting, grounding,taps, motors, boxes,connections,elements, testing,circuits and instrumentation. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$886,000. The Project is to be complete and ready for Final Payment within 210 days. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports,or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Wednesday, November 2,2016 at 2:00 PM to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid,electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-ONSWTP f=acilities Feed Optimization Improvements—Fluoride Project No.E15233 Invitation to Bid and instructions to Bidders 002113-2 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 All envelopes and packages(including FEDEX envelopes) must clearly identify,on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at Wednesday, November 2,2016 at 2:00 PM at the following location: City Hail Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A pre-bid conference is not required for this Project. 4.02 A non-mandatory pre-bid conference for the Project will be held on Tuesday,October 18,2016 at 10:00 AM at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3`d floor,Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 *Attendees will be allowed to take a site visit and be provided with information and directions to ONSWTP following the pre-bid conference. ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. Invitation to Bid and instructions to Bidders 002113-3 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents,including any Addenda and related supplemental data. B. Become familiar with all federal,state, and local Laws and Regulations that may affect cost, progress,or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents,Addenda,and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities,or discrepancies that the Bidder discovers in the Contract Documents,Addenda,and the related supplemental data. E. Determine that the Contract Documents,Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5,that without exception the Bid is premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents,Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder,and that the Contract Documents,Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m.seven (7)days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions,or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents,except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct,or change the Contract Documents,Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. Invitation to Bid and instructions to Bidders 002113-4 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 ARTICLE S—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent(5%)of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check,certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check,certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 3. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent(5%)of the greatest amount bid if,within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and instructions to Bidders 002113-5 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name,address,email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110,trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place"confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential"documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. Invitation to Bid and instructions to Bidders 002113-6 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees,arising out of or in connection with the administration,evaluation,or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation,non-conforming,non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/MBE/DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/MBE/DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. Invitation to Bid and instructions to Bidders 002113-7 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 16.04 Disadvantaged Business Enterprise participation goal for this Project has been established to be N/A. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts(1)of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However,Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees,consultants,or contractors in such a manner as to influence or to attempt to Invitation to Bid and instructions to Bidders 002113-8 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 175 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney,submitted as required by Article 7. C. More than one Bid for same Work from an individual,firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal,State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors,Suppliers or employees in accordance with Contract requirements. Invitation to Bid and instructions to Bidders 002113-9 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 E. Bids containing omissions, alterations of form, additions,qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid,OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE,if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce,equipment or supervision,if required by inclusion of appropriate requirements in Section 00 45 15 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid"means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i)all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce,equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-10 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings,Specifications,and Contract Documents,this Bid Proposal is submitted by on for ONSWTP Facilities Feed Optimization Improvements—Fluoride,Project No.E15233. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check,please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-ONSWTP Facilities Feed Optimization Improvements—Fluoride Project No. E15233 All envelopes and packages(including FEDEX envelo,pes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000-1 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any,at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods,techniques,sequences,and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations,tests, studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 003000-2 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 all additional examinations, investigations,explorations,tests,studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 003000-3 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. 6.02 Bidder agrees that the Work will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract,and if required,shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons"as defined by the Texas Business Organizations Code§1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. Bid Acknowledgement Form 003000-4 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias")shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder,but an individual signing on behalf of another individual Bidder,or if the authorized individual is a representative of a corporation, partnership,or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-5 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev 01-13-2016 This page intentional& left blank DO 30 01 BID FORM Project ONSWTP Facilities Feed Optimization Improvements- Fluoride Name: Project E15233 Number: Owner: I City of Corpus Christi Bidder: OAR: Designer: LNV,Inc. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED AMOUNT QUANTITY Base Bid Part A-General(REFER TO SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT FOR COMPLETE DETAILED LINE ITEMS) A-1 MOBILIZATION LS 1 A-2 DEMOLITION AND DISPOSAL LS 1 A 3 PROVIDE CONCRETEAND STRUCTURAL IMPROVEMENTS TO LS _ FLUORIDE CONTAINMENT AREA PROVIDE NEW OVERHEAD AND UNDERGROUND FLUORIDE A-4 CARRIER WATER PIPING FROM CONTAINMENT AREA TO BOTH LS i INJECTION LOCATIONS PROVIDE REPAIR TO TAPS FOR PLANT 2 ON 60" PRE-STRESSED A-5 CONCRETE CYLINDER PIPE INSIDE CONCRETE MANHOLE AT LS 1 EXISTING FLUORIDE INJECTION PROVIDE NEW ALUMINUM HATCH ON FILTER EFFLUENT A-6 DISTRIBUTION BOX AND CHEMICAL INJECTION VAULT FOR PLANT LS _ 2 A-7 PROVIDE ALL CONTAINMENT AREA IMPROVEMENTS LS A-8 1PROVIDE ALL ELECTRICAL IMPROVEMENTS LS SUBTOTAL PART A-GENERAL(Items Al thru A8) Part B-ADDITIVE ALTERNATE NO.1(REFER TO SECTION 0123 10 ALTERNATES AND ALLOWANCES FOR COMPLETE DETAILED LINE ITEM) B-1 1PROVIDE NEW CONCRETE INJECTION VAULT FOR PLANT 2 1 LS 1 SUBTOTAL PART B-ADDITIVE ALTERNATE NO.1(Item Bl) Part C-ALLOWANCES(REFER TO SECTION 01 2310 ALTERNATES AND ALLOWANCES FOR COMPLETE DETAILED LINE ITEM) C-1 JUNANTICIPATED UTILITY REPAIR/RELOCATION ALLOWANCE LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART C-ALLOWANCES(Item Cl) BID SUMMARY SUBTOTAL PARTA-GENERAL(Items Al thru A8) SUBTOTAL PART B-ADDITIVEALTERNATE NO.1(Item 131) SUBTOTAL PART C-ALLOWANCES(Item Cl) TOTAL PROJECT BASE BID(PARTS A THRU C) Contract Times Bidder agrees to reach Final Completion in 1 210 Idays Bid Form ONSWTP Facilities Feed Optimization Improvements-Fluoride 003001-1 City Project No.E15233 R�7/7/2016 This page intentional& left blank 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower.bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002-1 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 11-25-2013 This page intentional& left blank Od 34 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED Bt'-CTT7— - PURCHASING DIVISION City of CITY OF CORPUS{CHRISTI Corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 171 12,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every tion must be answered. If the question is not appEicable, answer with "NA". See reverse side ZrfoFiling Requirements, Certifications and definitions. COMPANY NAME: P.O.BOX: STREET ADDRESS: CITY: ZIP: FIRM IS: I. Corporation ® 2. Partnership ❑ 3. Sale Owner [] 4. Association 5. Cather u DISCLOSURE gUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each 'employee" of the City of Corpus Christi having an `ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 003005- 1 Disclosure of Interest Rev al-13-2015 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. (Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: (T)PC or prim) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 003006 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: ONSWTP Facilities Feed Optimization Improvements—Fluoride City Proiect No. E1.5233 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity,quality,or price in the prospective contract,or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Non-Collusion Certification 003006-1 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 11-25-2013 This page intentional& left blank 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders`responsibility and ability to meet the minimum requirements to complete the Work. failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify,enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request,signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible,the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project,indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of Statement of Experience 004516-1 ONSWTP Facilities Feed—Optimization Improvements—Fluoride City Project No.E15233 Rev 06-22-2016 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety,coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder,the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work,the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced,the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction,an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information,the following terms shall have the following meanings: 1. "Bidder" includes the firm,corporation, partnership,or other legal entity represented by the Bidder or anyone acting for such firm,corporation, partnership,or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement,suspension/revocation of state or federal licenses or registrations,fines assessed pending criminal complaints, indictments,convictions, administrative orders, draft orders,final orders,and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and Statement of Experience 004516-2 ONSWTP Facilities Feed—Optimization Improvements—Fluoride City Project No.E15233 Rev 06-22-2016 moderate violations under the TCEQ`s regulations for documentation of Compliance History,30 Texas Administrative Code, Chapter 60.2(c) (1)and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality(the"TCEQ"),the United States Environmental Protection Agency(the"EPA"), the U.S. Fish and Wildlife Service,the U.S.Army Corps of Engineers,the Texas Department of State Health Services,the Texas Parks and Wildlife Department,the Structural Pest Control Service,agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder,the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two(2)cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the"OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration("OSHA") regulations within the past five(5)years. 2. Whether the Bidder's response reveals more than one(1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death,within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder.The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY,MBE,AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY,MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE S. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 4.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used,and must be folded to the size of an 8-1/2 x 11 page. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format(PDF)on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy. A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 ONSWTP Facilities Feed—Optimization Improvements—Fluoride City Project No.E15233 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I Website Form of Business(check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies,firms,or organizations that own any part of the organization. Names of Companies, Firms,or Organizations Percent Ownership Organization History List of names that this organization currently, has,or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 ONSWTP Facilities Feed—Optimization Improvements—Fluoride City Project No.E15233 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the FMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim,the amount and basis for the lien or claim,and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 004516-5 ONSWTP Facilities Feed—Optimization Improvements—Fluoride City Project No.E15233 Rev 06-22-2016 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager,Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price), Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio(EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the FMR. Subcontractor Year I EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 ONSWTP Facilities Feed—Optimization Improvements—Fluoride City Project No.E15233 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Prolect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 ON5wTP Facilities Feed—Optimization Improvements—Fluoride City Project No.E15233 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Prolect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Prolect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 ON5wTP Facilities Feed—Optimization Improvements—Fluoride City Project No.E15233 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Prolect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 ON5wTP Facilities Feed—Optimization Improvements—Fluoride City Project No.E15233 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five(5)years?List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five(5)years?List Citations below(date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. Has the Bidder,within the past ten (10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below- 1 Does the Bidder have a written construction safety program? ❑ Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑ Yes ❑ No 3 Does the Bidder have an active construction safetytraining program? ❑ Yes ❑ No 4 Does the Bidder,or affected subcontractor, have competent persons in the following areas(as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ❑ N/A B. Excavation ❑ Yes ❑ No ❑ N/A C. Cranes&Hoists ❑ Yes ❑ No ❑ N/A D. Electrical I ❑ Yes ❑ No ❑ N/A Statement of Experience 004516-10 ONSWTP Facilities Feed—Optimization Improvements—Fluoride City Project No. E15233 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ N/A F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS") Category 23 for each of the past five(5)years?Provide the ❑ Yes ❑ No Bidder's OSHA 300 and 300A logs for the past five(5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the 6 Bidder's NCCI workers'compensation experience rating sheets for the past five(5) ❑ Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6)months?Provide 7 documentation showing the nature of the inspection,the findings, and the ❑ Yes ❑ No magnitude of the issues in a separate attachment if yes. Statement of Experience 004516-11 ONSwTP Facilities Feed—Optimization Improvements—Fluoride City Project No. E15233 Rev 06-22-2016 Table 5—Demonstrated Minority,MBE,DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/MBE/ DBE Participation Policy Name Work to be Provided Estimated%of Contract Price Statement of Experience 004516-12 ONSWTP Facilities Feed—Optimization Improvements—Fluoride City Project No. E15233 Rev 06-22-2016 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 004516-13 ONSWTP Facilities Feed—Optimization Improvements—Fluoride City Project No. E15233 Rev 06-22-2016 This page intentional& Teff blank 00 52 23 AGREEMENT This Agreement,for the Project awarded on ,is between the City of Corpus Christi (Owner)and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: ONSWTP Facilities Feed Optimization Improvements-Fluoride City Project No. E15233 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation Blvd., Ste 300 Corpus Christi,TX,78408 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk, P.E.-Acting Construction Engineer City of Corpus Christi-Engineering Services 4917 Holly Road#5 Corpus Christi TX 78411 ARTICLE 3—CONTRACT TIM ES 3.01 Contract Times A. The Work is required to be substantially completed within 210 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. Agreement 005223-1 ONSWTP Facilities Feed Optimization Improvements-Fluoride Rev 06-22-2016 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$500 for each day that expires after the time specified in Paragraph 3,01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223-2 ONSWTP Facilities Feed Optimization Improvements-Fluoride Rev 06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.6, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 ONSWTP Facilities Feed Optimization Improvements-Fluoride Rev06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site;and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site;and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.1) and 7.01.E with respect to the effect of such information,observations,and documents on: 1. The cost, progress,and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 Rev06-22-2016 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years afterthe final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms,and documents listed in SECTION 00 01 00 TABLE OF CONTENTS 2. Drawings listed in the Sheet Index 3. Addenda 4. Exhibits to this Agreement: a. Contractor's Bid Form b. NAA 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 ONSWTP Facilities Feed Optimization Improvements-Fluoride Rev06-22-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary J.H. Edmonds, P.E. Director of Engineering Services AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Title: Vice President, Chief Executive Officer,or Chief Financia!Officer Add ress City State Zip Phone Fax Entail ENC] OF SECTION Agreement 005223-6 ONSWTP Facilities Feed Optimization Improvements-Fluoride Rev 06-22-2016 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): Telephone(for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll free number.1-800-252-3439 be deemed an original. Performance Bond 006113-1 ONSWTFacilities Feed Optimization Improvements—Fluoride City Project No.E15233 Rev 01-13-2016 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves, and their heirs, administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void,otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 ONSWTFacilities Feed Optimization Improvements—Fluoride City Project No.E15233 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): Telephone(for notice of claim]: Local Agent for Surety Name: Award date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies,each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116-1 ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 Rev.01-13-2016 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and Vold,otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 ONSWTP Facilities Feed Optimization improvements—Fluoride City Project No. E15233 Rev.01-13-2016 007200 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology ......................................................................................................6 1.01 Defined Terms...............................................................................................................................6 1.02 Terminology ...............................................................................................................................11 Article 2—Preliminary Matters...................................................................................................................12 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................12 2.02 Copies of Documents..................................................................................................................13 2.03 Before Starting Construction......................................................................................................13 2.04 Preconstruction Conference; Designation of Authorized Representatives................................13 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................13 3.01 Intent...........................................................................................................................................13 3.02 Reference Standards...................................................................................................................15 3.03 Reporting and Resolving Discrepancies......................................................................................15 3.04 Interpretation of the Contract Documents.................................................................................16 3.05 Reuse of Documents...................................................................................................................16 Article 4—Commencement and Progress of the Work..............................................................................16 4.01 Commencement of Contract Times; Notice to Proceed.............................................................16 4.02 Starting the Work........................................................................................................................16 4.03 Progress Schedule.......................................................................................................................17 4.04 Delays in Contractor's Progress..................................................................................................17 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................18 5.01 Availability of Lands....................................................................................................................18 5.02 Use of Site and Other Areas........................................................................................................18 5.03 Subsurface and Physical Conditions............................................................................................19 5.04 Differing Subsurface or Physical Conditions...............................................................................19 5.05 Underground Facilities................................................................................................................21 5.06 Hazardous Environmental Conditions at Site.............................................................................22 Article 6—Bonds and Insurance .................................................................................................................24 6.01 Performance, Payment, and Other Bonds..................................................................................24 6.02 Licensed Sureties........................................................................................................................24 General Conditions 007200-1 Corpus Christi Standards-Regular Projects 03-23-2015 6.03 Insurance.....................................................................................................................................25 Article 7—Contractor's Responsibilities.....................................................................................................25 7.01 Supervision and Superintendence..............................................................................................25 7.02 Labor; Working Hours.................................................................................................................25 7.03 Services, Materials, and Equipment...........................................................................................26 7.04 Concerning Subcontractors, Suppliers,and Others....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.06 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.10 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee .........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article 8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination ...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9—Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections,Tests,and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities.........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200-2 Corpus Christi Standards-Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction ..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR'S and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work ....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price ........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12 Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work;Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections, Correction, Removal,or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections,and Approvals...........................................................................................47 14.03 Defective Work.......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200-3 Corpus Christi Standards-Regular Projects 03-23-2015 Article 15—Payments to Contractor; Set-Offs;Completion; Correction Period........................................50 15.61 Progress Payments..................................................................................................................50 15.62 Contractor's Warranty of Title................................................................................................52 15.63 Substantial Completion...........................................................................................................52 15.64 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.................................................... ........55 ......................... 16.01 Owner May Suspend Work.....................................................................................................55 16.62 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17—Final Resolution of disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article18—Miscellaneous..........................................................................................................................57 18.01 Computation of Times.............................................................................................................57 18.02 Owner's Right to Audit Contractor's Records.........................................................................57 18.03 Independent Contractor.........................................................................................................58 18.04 Cumulative Remedies.............................................................................................................58 18.05 Limitation ofDamages............................................................................................................58 18.06 No Waiver...............................................................................................................................58 18.07 Severability..............................................................................................................................58 18.08 Survival of Obligations............................................................................................................59 18.09 No Third Party Beneficiaries ...................................................................................................59 18.10 Assignment of Contract...........................................................................................................59 18.11 No Waiver of Sovereign Immunity..........................................................................................59 18.12 Controlling Law.......................................................................................................................59 18.13 Conditions Precedent to Right to Sue.....................................................................................59 18.14 Waiver of Trial by Jury.............................................................................................................59 18.15 Attorney Fees..........................................................................................................................59 18.16 Compliance with Laws.............................................................................................................59 18.17 Enforcement............................................................................................................................60 General Conditions 007200-4 Corpus Christi Standards-Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor's Guarantee as Additional Remedy......................................................................60 General Conditions 007200-5 Corpus Christi Standards-Regular Projects 03-23-2015 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined,terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda-Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement-The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution-The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment-The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid-The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents-The Bidding Requirements,the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements-The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments,and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check,certified check,money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds-Performance Bond, Payment Bond,Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price,Contract Times, or terms and conditions of the Contract. General Conditions 007200-6 Corpus Christi Standards-Regular Projects 03-23-2015 13. Change Proposal-A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due;or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim-A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern-Asbestos, petroleum, radioactive materials, polychlorinated biphenyls(PCBs), hazardous wastes, and substances, products, wastes,or other materials that are or become listed, regulated,or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act,42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act,49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act,42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act,33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.;or g. Any other Laws or Regulations regulating, relating to,or imposing Liability or standards of conduct concerning hazardous,toxic,or dangerous waste, substance,or material. 17. Contract-The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times,or terms and conditions of the Contract for the new phase of Work;or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents-Those items designated as Contract Documents in the Agreement. 20. Contract Price-The monetary amount stated in the Agreement and as adjusted by Modifications,and increases or decreases in unit price quantities,if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 007200-7 Corpus Christi Standards-Regular Projects 03-23-2015 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion;and c. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team-Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work-The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective-When applied to Work,refers to Work that is unsatisfactory,faulty,or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests,or approvals referred to in the Contract Documents;or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer-The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings-The part of the Contract that graphically shows the scope,extent,and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract-The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition-The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 007200-8 Corpus Christi Standards-Regular Projects 03-23-2015 31. Indemnified Costs-All costs, losses, damages,and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers,architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations-Applicable laws,statutes,rules, regulations,ordinances, codes, and orders of governmental bodies, agencies, authorities,and courts having jurisdiction over the Project. 33. Liens-Charges,security interests, or encumbrances upon Contract related funds, real property,or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification-Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed-A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee,the City Engineer(the Director of Engineering Services), and the City's officers,employees, agents,or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR-The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees-Each member of the OPT and their officers, directors, members, partners,employees, agents,consultants, and subcontractors. 41. Owner's Project Team or OPT-The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants,subconsultants, individuals,or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use-Use by Owner of a substantially completed part of the Work for the purpose for which it is intended for a related purpose)prior to Substantial Completion of all the Work. General Conditions 007200-9 Corpus Christi Standards-Regular Projects 03-23-2015 43. Progress Schedule-A schedule prepared and maintained by Contractor,describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project-The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein,the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples-Physical exam pies of materials,equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values-A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings-All drawings,diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not,are not Drawings and are not Contract Documents. 51. Site-Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way,easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications-The part of the Contract that describes the requirements for materials, equipment,systems, standards,and workmanship as applied to the Work,and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor-An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion-The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions-The part of the Contract that amends or supplements the General Conditions. 56. Supplier-A manufacturer,fabricator,supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data -Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 007200-10 Corpus Christi Standards-Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities;or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities-All underground pipelines,conduits,ducts,cables,wires, manholes,vaults,tanks,tunnels,other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity,gases, steam, liquid petroleum products,telephone or other communications,fiber optic transmissions, cable television,water,wastewater,storm water,other liquids or chemicals,or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 60. Work-The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive-A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition,deletion,or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined,but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to"at no additional cost to Owner," "at Contractor's expense,"or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows. 1. The terms"as allowed,""as approved," "as ordered," "as directed,"or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to"reasonable," "suitable,""acceptable," "proper," "satisfactory,"or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work,or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 007200-11 Corpus Christi Standards-Regular Projects 03-23-2015 E. The use of the words"furnish,""install," "perform," and "provide" have the following meanings when used in connection with services,materials,or equipment: 1. Furnish means to supply and deliver the specified services,materials,or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials,or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services,materials,or equipment,complete and ready for their intended use. 4. Perform or provide the specified services, materials,or equipment complete and ready for intended use if the Contract Documents require specific services, materials,or equipment, but do not expressly use the words"furnish," "install," "perform,"or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind,class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words"furnish," "install," "perform," "provide,"or similar words include the meaning of the phrase"The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports,approvals, consents, documents,statements,instructions,opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRE LIMiINARY MATTERS 2.01 Delivery of Bonds and Evidence of(Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 007200-12 Corpus Christi Standards-Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format(PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract. 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract,and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work. required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions,Supplementary Conditions, and General Requirements(Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract,Contractor represents: a. Contractor has studied the Contract Documents,the Work,the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 007200-13 Corpus Christi Standards-Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers,or to establish the extent of Work to be performed by trades, Subcontractors,or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit,or otherwise restrict Specification text. 5. Provide the labor, documentation,services,materials,or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result,whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 007200-14 Corpus Christi Standards-Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies,organizations, or associations,or to Laws or Regulations,whether specific or implied,are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications,manuals, reference standards, codes,or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes,or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards,whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable,which of several are applicable,or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts,errors,ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict,error, ambiguity,or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts,errors,ambiguities,or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications,manuals, reference standards,or codes;or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict,error,ambiguity,or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 007200-15 Corpus Christi Standards-Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01,except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts,errors, ambiguities,or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system,procedure, etc. in the Contract Price if a conflict, error,ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual]administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents,or copies or electronic media editions of the Contract Documents,other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 007200-16 Corpus Christi Standards-Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-17 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; c. Damage to other adjacent land or areas; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-18 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00-19 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-20 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions Corpus Christi Standards - Regular Projects 00 72 00-21 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 22 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions 00 72 00 - 23 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price,. as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, L.I.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-24 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.8 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.8 caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, 0R DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE 15 ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (i) NEGLIGENCE OR FAULT, (11) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (1) THE FAILURE TO CONTROL, CONTAIN, 0R REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION 0R INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00-33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.112.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Councilor administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.0, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00-43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.0.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.0. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00-45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.8.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00-47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00-49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-50 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. J• Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; 1. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final lnspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.0.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18— MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination. of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records fora minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00-57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises — Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft $1,000,000 Per Claim X Required ■ Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents X Required ■ Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price X Required ■ Not Required Insurance Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007201-1 Rev 0642-2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall riot be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007201-2 Rev 0642-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007201-3 Rev 0642-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007201-4 Rev 0642-2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007701-5 Rev 0642-2016 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. S. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007201-6 Rev 0642-2016 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits maybe basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code 51811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code 51811.101. Insurance Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007201-7 Rev 0642-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 — TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, Twee -82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor'sjperson's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007201-8 Rev 0642-2016 directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007701-9 Rev 0642-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 00 72 01-10 Rev 0642-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid Tess than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058—Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 5UTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting). $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 Wage Rate Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 Fringes 2.58 007202-2 REV 06-12-2015 Laborers: Common $ 7,25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers, 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and Wage Rate Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007202-3 REV 06-12-2015 the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted.. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal Wage Rate Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007202-4 REV 06-12-2015 process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7), Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION GENERAL DECISION NUMBER: TX160040 01/08/2016 TX40 SUPERSEDED GENERAL DECISION NUMBER: TX20150040 STATE: TEXAS CONSTRUCTION TYPE: HIGHWAY COUNTIES: ARANSAS, CALHOUN, GOLIAD, NUECES AND SAN PATRICIO COUNTIES IN TEXAS. HIGHWAY CONSTRUCTION PROJECTS (EXCLUDING TUNNELS, BUILDING STRUCTURES IN REST AREA PROJECTS & RAILROAD CONSTRUCTION; BASCULE, SUSPENSION & SPANDREL ARCH BRIDGES DESIGNED FOR COMMERCIAL NAVIGATION, BRIDGES INVOLVING MARINE CONSTRUCTION; AND OTHER MAJOR BRIDGES), Wage Rate Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007202-5 REV 06-12-2015 NOTE: UNDER EXECUTIVE ORDER (EO) 13658. AN HOURLY MINIMUM WAGE OF $10.15 FOR CALENDAR YEAR 2016 APPLIES TO ALL CONTRACTS SUBJECT TO THE DAVIS-BACON ACT FOR WHICH THE SOLICITATION WAS ISSUED ON OR AFTER JANUARY 1, 2015. IF THIS CONTRACT IS COVERED BY THE EO, THE CONTRACTOR MUST PAY ALL WORKERS IN ANY CLASSIFICATION LISTED ON THIS WAGE DETERMINATION AT LEAST $10.15 (OR THE APPLICABLE WAGE RATE LISTED ON THIS WAGE DETERMINATION, IF IT IS HIGHER) FOR ALL HOURS SPENT PERFORMING ON THE CONTRACT IN CALENDAR YEAR 2016. THE EO MINIMUM WAGE RATE WILL BE ADJUSTED ANNUALLY. ADDITIONAL INFORMATION ON CONTRACTOR REQUIREMENTS AND WORKER PROTECTIONS UNDER THE EO IS AVAILABLE AT WWW.DOL.GOV/WHD/GOVCONTRACTS. MODIFICATION NUMBER PUBLICATION DATE 0 01/08/2016 SUTX2011-010 08/08/2011 RATES FRINGES CEMENT MASON/CONCRETE FINISHER (PAVING & STRUCTURES)...$ 12,64 FORM BUILDER/FORM SETTER PAVING & CURB $ 10.69 STRUCTURES $ 13.61 LABORER ASPHALT RAKER $ 11.67 FLAGGER $ 8.81 LABORER, COMMON $ 10.25 LABORER, UTILITY $ 11.23 PIPELAYER $ 11.17 WORK ZONE BARRICADE SERVICER $ 11,51 PAINTER (STRUCTURES) $ 21.29 POWER EQUIPMENT OPERATOR: ASPHALT DISTRIBUTOR $ 14.25 ASPHALT PAVING MACHINE $ 13.44 MECHANIC $ 17.00 MOTOR GRADER, FINE GRADE$ 17.74 MOTOR GRADER, ROUGH $ 16.85 TRUCK DRIVER LOWBOY -FLOAT $ 16.62 SINGLE AXLE $ 11.61 WELDERS - RECEIVE RATE PRESCRIBED FOR CRAFT PERFORMING OPERATION TO WHICH WELDING IS INCIDENTAL. Wage Rate Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007202-6 REV 06-12-2015 UNLISTED CLASSIFICATIONS NEEDED FOR WORK NOT INCLUDED WITHIN THE SCOPE OF THE CLASSIFICATIONS LISTED MAY BE ADDED AFTER AWARD ONLY AS PROVIDED IN THE LABOR STANDARDS CONTRACT CLAUSES (29CFR 5.5 (A) (1) (II)). THE BODY OF EACH WAGE DETERMINATION LISTS THE CLASSIFICATION AND WAGE RATES THAT HAVE BEEN FOUND TO BE PREVAILING FOR THE CITED TYPE(S) OF CONSTRUCTION IN THE AREA COVERED BY THE WAGE DETERMINATION. THE CLASSIFICATIONS ARE LISTED IN ALPHABETICAL ORDER OF "IDENTIFIERS" THAT INDICATE WHETHER THE PARTICULAR RATE IS A UNION RATE (CURRENT UNION NEGOTIATED RATE FOR LOCAL), A SURVEY RATE (WEIGHTED AVERAGE RATE) OR A UNION AVERAGE RATE (WEIGHTED UNION AVERAGE RATE). UNION RATE IDENTIFIERS A FOUR LETTER CLASSIFICATION ABBREVIATION IDENTIFIER ENCLOSED IN DOTTED LINES BEGINNING WITH CHARACTERS OTHER THAN "SU" OR "UAVG" DENOTES THAT THE UNION CLASSIFICATION AND RATE WERE PREVAILING FOR THAT CLASSIFICATION IN THE SURVEY. EXAMPLE: PLUM0198-005 07/01/2014. PLUM IS AN ABBREVIATION IDENTIFIER OF THE UNION WHICH PREVAILED IN THE SURVEY FOR THIS CLASSIFICATION, WHICH IN THIS EXAMPLE WOULD BE PLUMBERS. 0198 INDICATES THE LOCAL UNION NUMBER OR DISTRICT COUNCIL NUMBER WHERE APPLICABLE, I.E., PLUMBERS LOCAL 0198. THE NEXT NUMBER, 005 IN THE EXAMPLE, IS AN INTERNAL NUMBER USED IN PROCESSING THE WAGE DETERMINATION. 07/01/2014 IS THE EFFECTIVE DATE OF THE MOST CURRENT NEGOTIATED RATE, WHICH IN THIS EXAMPLE IS JULY 1, 2014. UNION PREVAILING WAGE RATES ARE UPDATED TO REFLECT ALL RATE CHANGES IN THE COLLECTIVE BARGAINING AGREEMENT (CBA) GOVERNING THIS CLASSIFICATION AND RATE. SURVEY RATE IDENTIFIERS CLASSIFICATIONS LISTED UNDER THE "SU" IDENTIFIER INDICATE THAT NO ONE RATE PREVAILED FOR THIS CLASSIFICATION IN THE SURVEY AND THE PUBLISHED RATE IS DERIVED BY COMPUTING A WEIGHTED AVERAGE RATE BASED ON ALL THE RATES REPORTED IN THE SURVEY FOR THAT CLASSIFICATION. AS THIS WEIGHTED AVERAGE RATE INCLUDES ALL RATES REPORTED IN THE SURVEY, IT MAY INCLUDE BOTH UNION AND NON-UNION RATES. EXAMPLE: SULA2012-007 5/13/2014. SU INDICATES THE RATES ARE SURVEY RATES BASED ON A WEIGHTED AVERAGE CALCULATION OF RATES AND ARE NOT MAJORITY RATES. LA INDICATES THE STATE OF LOUISIANA. 2012 IS THE YEAR OF SURVEY ON WHICH THESE CLASSIFICATIONS AND RATES ARE BASED. THE NEXT NUMBER, 007 IN THE EXAMPLE, IS AN INTERNAL NUMBER USED IN PRODUCING THE WAGE DETERMINATION. 5/13/2014 INDICATES THE SURVEY COMPLETION DATE FOR THE CLASSIFICATIONS AND RATES UNDER THAT IDENTIFIER. SURVEY WAGE RATES ARE NOT UPDATED AND REMAIN IN EFFECT UNTIL A Wage Rate Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007202-7 REV 06-12-2015 NEW SURVEY IS CONDUCTED. UNION AVERAGE RATE IDENTIFIERS CLASSIFICATION(S) LISTED UNDER THE UAVG IDENTIFIER INDICATE THAT NO SINGLE MAJORITY RATE PREVAILED FOR THOSE CLASSIFICATIONS; HOWEVER, 100% OF THE DATA REPORTED FOR THE CLASSIFICATIONS WAS UNION DATA. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG INDICATES THAT THE RATE IS A WEIGHTED UNION AVERAGE RATE. OH INDICATES THE STATE. THE NEXT NUMBER, 0010 IN THE EXAMPLE, IS AN INTERNAL NUMBER USED IN PRODUCING THE WAGE DETERMINATION. 08/29/2014 INDICATES THE SURVEY COMPLETION DATE FOR THE CLASSIFICATIONS AND RATES UNDER THAT IDENTIFIER. A UAVG RATE WILL BE UPDATED ONCE A YEAR, USUALLY IN JANUARY OF EACH YEAR, TO REFLECT A WEIGHTED AVERAGE OF THE CURRENT NEGOTIATED/CBA RATE OF THE UNION LOCALS FROM WHICH THE RATE IS BASED. WAGE DETERMINATION APPEALS PROCESS 1.) HAS THERE BEEN AN INITIAL DECISION IN THE MATTER? THIS CAN BE: * AN EXISTING PUBLISHED WAGE DETERMINATION * A SURVEY UNDERLYING A WAGE DETERMINATION * A WAGE AND HOUR DIVISION LETTER SETTING FORTH A POSITION ON A WAGE DETERMINATION MATTER * A CONFORMANCE (ADDITIONAL CLASSIFICATION AND RATE) RULING ON SURVEY RELATED MATTERS, INITIAL CONTACT, INCLUDING REQUESTS FOR SUMMARIES OF SURVEYS, SHOULD BE WITH THE WAGE AND HOUR REGIONAL OFFICE FOR THE AREA IN WHICH THE SURVEY WAS CONDUCTED BECAUSE THOSE REGIONAL OFFICES HAVE RESPONSIBILITY FOR THE DAVIS-BACON SURVEY PROGRAM. IF THE RESPONSE FROM THIS INITIAL CONTACT IS NOT SATISFACTORY, THEN THE PROCESS DESCRIBED IN 2.) AND 3.) SHOULD BE FOLLOWED. WITH REGARD TO ANY OTHER MATTER NOT YET RIPE FOR THE FORMAL PROCESS DESCRIBED HERE, INITIAL CONTACT SHOULD BE WITH THE BRANCH OF CONSTRUCTION WAGE DETERMINATIONS. WRITE TO: BRANCH OF CONSTRUCTION WAGE DETERMINATIONS WAGE AND HOUR DIVISION U.S. DEPARTMENT OF LABOR 200 CONSTITUTION AVENUE, N.W. WASHINGTON, DC 20210 2.) IF THE ANSWER TO THE QUESTION IN 1.) IS YES, THEN AN INTERESTED PARTY (THOSE AFFECTED BY THE ACTION) CAN REQUEST REVIEW AND RECONSIDERATION FROM THE WAGE AND HOUR ADMINISTRATOR (SEE 29 CFR PART 1.8 AND 29 CFR PART 7). WRITE TO: Wage Rate Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007202-8 REV 06-12-2015 WAGE AND HOUR ADMINISTRATOR U.S. DEPARTMENT OF LABOR 200 CONSTITUTION AVENUE, N.W. WASHINGTON. DC 20210 THE REQUEST SHOULD BE ACCOMPANIED BY A FULL STATEMENT OF THE INTERESTED PARTY'S POSITION AND BY ANY INFORMATION (WAGE PAYMENT DATA, PROJECT DESCRIPTION, AREA PRACTICE MATERIAL, ETC.) THAT THE REQUESTOR CONSIDERS RELEVANT TO THE ISSUE. 3.) IF THE DECISION OF THE ADMINISTRATOR IS NOT FAVORABLE, AN INTERESTED PARTY MAY APPEAL DIRECTLY TO THE ADMINISTRATIVE REVIEW BOARD (FORMERLY THE WAGE APPEALS BOARD). WRITE TO. ADMINISTRATIVE REVIEW BOARD U.S. DEPARTMENT OF LABOR 200 CONSTITUTION AVENUE, N.W. WASHINGTON, DC 20210 4.) ALL DECISIONS BY THE ADMINISTRATIVE REVIEW BOARD ARE FINAL. END OF GENERAL DECISION END OF SECTION Wage Rate Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007202-9 REV 06-12-2015 This page intentionally left blank 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1— PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007203-1 Rev 01-13-2016 D. Minority: Minority persons include Blacks, Mexican -Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific !Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Minority / MBE / DBE Participation Policy ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007203-2 Rev 01-13-2016 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas LNV, Inc. Carollo Engineers Bath Engineering B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. N/A 2. Only the following items not yet complete in accordance with the Contract Documents: a. N/A ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. Supplementary Conditions ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007300-1 11-25-2013 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 15 rain days have been set for this Project. An extension of time due to rain days will be considered only after 15 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. Delete Paragraph 5.03 entirely and insert the following: "5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. Delete Paragraph 5.06 entirely and insert the following: "5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." Supplementary Conditions ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007300-2 11-25-2013 ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD SC -15.03 SUBSTANTIAL COMPLETION A. Delete Paragraph 15.03 entirely and insert the following: "15.03 Substantial Completion A. Substantial Completion notification will not be required for this Project. There will only be a final completion requirement." END OF SECTION Supplementary Conditions ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 007300-3 11-25-2013 This page intentionally left blank 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. ONSWTP Facilities Feed Optimization Improvements— Fluoride project involves improvements to the fluoride containment, storage, chemical feed, chemical injection, instrumentation and controls, SCADA and integration, electrical feed, and structural including the following: 1. Demolition and disposal of containment area and feed system equipment including: existing day tanks, bulk storage tanks, containment piping, eye wash and shower, valves, fittings, seals, unistruts, appurtenances, chemical feed equipment, aboveground fluoride piping between containment and injection. Demolition and disposal of structural and concrete including: FRP enclosure, pipe supports, cutout into containment wall, concrete pipe support pads, and pump pad. Demolition and disposal of existing aluminum hatch cover at the filter effluent distribution box. Demolition and disposal of existing electrical systems including: electrical power, lighting, wiring and all designated control system equipment and instrumentation — as necessary for proposed equipment. 2. Provide concrete and structural improvements to fluoride containment area including: new containment wall, concrete floor to match existing pad under new pump building, concrete repairs to cut-out and pipe support/pump pads, provide new concrete pump pad, new fluoride building and supports and relocate stairs and platform. 3. Provide new overhead and underground fluoride carrier water piping (including all associated valves, fittings, seals, fabrication, supports, clamps, injectors, nozzles, sleeves and appurtenances) from containment area to both injection locations including, excavation, coring, tapping, pavement repair, seeding, and exploratory excavation and waste disposal. 4. Provide repair to fluoride injection and pH monitoring taps for plant 2 on 60" pre- stressed concrete cylinder pipe inside pre -cast manhole at existing fluoride injection (includes pipe dewatering and disposal, if required). 5. Provide new concrete injection vault for plant 2 on 60"pre-stressed concrete cylinder pipe (see Bid Proposal - Add Alt No. 1). Summary of Work ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 011100-1 Rev 01-13-2016 6. Provide a new aluminum hatch on the filter effluent distribution box and chemical injection vault for plant 2. 7. Provide all containment area improvements including: day tank, day tank scale, bulk storage tanks, appurtenances, eye wash and shower, leak probe, protective coating, new steel pre-engineered fluoride building (including steel column structural supports, protective coating and all appurtenances), fluoride transfer pumps, fluoride feed pumps and skids, all piping in and around containment area (including: all associated valves, reducers, fittings, supports, seals, clamps, sleeves and appurtenances), protective coating inside containment area and building. 8. Provide all electrical improvements including but not limited to: new conduit and wiring inside and outside of containment area, unistrut, mounting hardware, switches, receptacles, lighting, switch racks, panels, fluoride feed system power and lighting, grounding, taps, motors, boxes, connections, elements, testing, circuits and instrumentation. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. O.N. Stevens Water Treatment Plant High Service Pump Building No. 3 City Project No. E11066 B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. O.N. Stevens Water Treatment Plant High Service Pump Building No. 3 City Project No. E11066 B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. Summary of Work ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 011100-2 Rev 01-13-2016 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 011100-3 Rev 01-13-2016 This page intentionally left blank 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor Tess any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 3100 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012310-1 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 0131 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES A. Alternate B-1 — Provide New Concrete Injection Vault for Plant 2 1. Installation of a new concrete injection vault for plant 2 on 60" pre -stressed concrete cylinder pipe 1.04 DESCRIPTION OF ALLOWANCES A. Allowance C-1 - Unanticipated Utility Repair/Relocation 1. The sum of $30,000 to be used for the purchase of Unanticipated Utility Repair/Relocation. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012310-2 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 0131 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012900-3 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012900-4 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment ❑ so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012900-5 03-11-2015 B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012900-6 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012900-7 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 - Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A-2 — Demolition and disposal: 1. This item includes all costs associated with labor, equipment, materials, supervision, testing, trench safety, excavation and other incidentals associated with demolition and disposal of containment area and feed system equipment including: existing day tanks, bulk storage tanks, containment piping, eye wash and shower, valves, fittings, seals, unistruts, appurtenances, chemical feed equipment, aboveground fluoride piping between containment and injection. Demolition and disposal of structural and concrete including: FRP enclosure, pipe supports, cutout into containment wall, concrete pipe support pads, and pump pad. Demolition and disposal of existing aluminum hatch cover at the filter effluent distribution box. Demolition and disposal of existing electrical systems including: electrical power, lighting, wiring and all designated control system equipment and instrumentation — as necessary for proposed equipment. 2. Measuring for payment will be lump sum. C. Bid Item A-3 — Provide concrete and structural improvements to fluoride containment area: 1. This item includes all costs associated with labor, equipment, materials, supervision, testing and other incidentals associated with provide concrete and structural improvements to fluoride containment area including: new containment wall, concrete floor to match existing pad under new pump building, concrete repairs to cut-out and pipe support/pump pads, provide new concrete pump pad, new fluoride building and supports and relocate stairs and platform. 2. Measuring for payment will be lump sum. D. Bid Item A-4 — Provide new overhead and underground fluoride carrier water piping from containment area to both injection locations: 1. This item includes all costs associated with labor, equipment, materials, supervision, testing, trench safety and other incidentals associated with providing new overhead and underground fluoride carrier water piping (including all associated valves, fittings, seals, fabrication, supports, clamps, injectors, nozzles, sleeves and appurtenances) from containment area to both injection locations including, excavation, coring, tapping, pavement repair, seeding, and exploratory excavation and waste disposal. 2. Measuring for payment will be lump sum. E. Bid Item A-5 — Provide repair to taps for plant 2 on 60" pre -stressed concrete cylinder pipe inside concrete manhole at existing fluoride injection: 1. This item includes all costs associated with labor, equipment, materials, supervision, testing and other incidentals associated with providing repair to taps on 60" pre- stressed concrete cylinder pipe inside concrete manhole at existing fluoride injection (includes pipe dewatering and disposal, if required). 2. Measurement for payment will be lump sum. Measurement and Basis for Payment ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012901-2 Rev 01-13-2016 F. Bid Item A-6 — Provide new aluminum hatch on the filter effluent distribution box and chemical injection vault for plant 2: 1. This item includes all costs associated with labor, equipment, materials, supervision, testing and other incidentals associated with providing a new aluminum hatch on the filter effluent distribution box. 2. Measuring for payment will be lump sum. G. Bid Item A-7 — Provide all containment area improvements: 1. This item includes all costs associated with labor, equipment, materials, supervision, testing and other incidentals associated with providing all containment area improvements including new: day tanks, day tank scale, bulk storage tanks, appurtenances, eye wash and shower, leak probe, protective coating, new steel pre- engineered fluoride building (including steel column structural supports, protective coating and all appurtenances), fluoride transfer pumps, fluoride feed pumps and skids, all piping in and around containment area (including: all associated valves, reducers, fittings, supports, seals, clamps, sleeves and appurtenances), protective coating inside containment area and building. 2. Measuring for payment will be lump sum. H. Bid Item A-8— Provide all electrical improvements: 1. This item includes all costs associated with labor, equipment, materials, supervision, testing and other incidentals associated with providing all electrical improvements including but not limited to: new conduit and wiring inside and outside of containment area, unistrut, mounting hardware, switches, receptacles, lighting, switch racks, panels, fluoride feed system power and lighting, grounding, taps, motors, boxes, connections, elements, testing, circuits and instrumentation. 2. Measurement for payment will be lump sum. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item B-1— Provide new concrete injection vault for plant 2: 1. This item includes all costs associated with labor, equipment, materials, supervision, testing, trench safety and other incidentals associated with providing a new concrete injection vault for plant 2 on 60"pre-stressed concrete cylinder pipe. 2. Measuring for payment will be lump sum. B. Bid Item C-1— Unanticipated utility repair/relocation allowance: 1. This item includes all costs associated with labor, equipment, materials, supervision, and other incidentals associated with the repair/relocation of an underground utility line. Measurement and Basis for Payment ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 012901-3 Rev 01-13-2016 2.00 PRODUCTS (NOT USED) - MEASUREMENT FOR PAYMENT WILL BE LUMP SUM 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment ONSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E15233 012901-4 Rev 01-13-2016 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 0157 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E1523 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 0133 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 0133 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E1523 013100-2 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS — NOT INCLUDED 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. Project Management and Coordination ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E1523 013100-3 Rev 01-13-2016 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 0135 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in. Record Drawings as required in SECTION 0131 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. Project Management and Coordination ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E1523 013100-4 Rev 01-13-2016 C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store Tight weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. Project Management and Coordination ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E1523 013100-5 Rev 01-13-2016 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. Project Management and Coordination ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E1523 013100-6 Rev 01-13-2016 B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. Project Management and Coordination ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E1523 013100-7 Rev 01-13-2016 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Project Engineer 361-826-3500 LNV, Inc. 361-883-1984 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/ Wastewater/ Stormwater hours) 361-885-6900 (361-885-6942 after Gas Department hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Project Management and Coordination ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E1523 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi 150 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination ONSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E1523 013100-9 Rev 01-13-2016 This page intentionally left blank 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 0133 00 DOCUMENT MANAGEMENT. Project Coordination ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 0131 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013113-4 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. 10. O&M Manuals. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. Project Coordination ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013113-5 11-25-2013 6) Feeders. 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 0133 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 0133 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 0133 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 0133 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013114-4 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request fora Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 0131 14 Certified Test Report 0133 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 0131 13 Photographic Documentation 0133 05 Progress Schedules 0133 04 Record Data 0133 03 Request for Information 0131 13 Shop Drawing 0133 02 Schedule of Values 01 29 00 Substitutions 0131 14 Suppliers and Subcontractors 0131 13 and 0133 03 Document Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013300-4 11-25-2013 0133 01 Submittal Register Spetrflrati[rn Section Specification Description Paragraph No. Types of Submittals Required Product information Sample or Mockup Operations Data 03 30 00 Cast -In -Place Concrete Shop Drawing 05 54 40 Aluminum Grating (5410) Shop Drawing 0512 00 Structural Steel Framing Shop Drawing 0812 13 Hollow Metal Frames Shop Drawing 0813 13 Hollow Metal Doors Shop Drawing 08 71 00 Door Hardware Shop Drawing 09 96 00 High Performance Coatings Shop Drawing 1124 40 Liquid Chemical Peristaltic Hose Transfer Pumps Shop Drawing 1124 50 Liquid Chemical Peristaltic Tube Metering Pumps Shop Drawing 13 20 80 Polyethylene Tanks Shop Drawing 1312 20 Metal Building System Shop Drawing 15 06 20 Preformed Channel Pipe Support System Shop Drawing 1511 10 Ball Valves Shop Drawing 15 11 40 Check Valves Shop Drawing 1511 50 Gate, Globe and Angle Valves Shop Drawing 1511 80 Pressure Reducing and Pressure Relief Valves Shop Drawing 1511 70 Specialty Valves Shop Drawing 15 24 90 Polyvinyl Chloride (PVC) Pipe: Schedule Type Shop Drawing 15 27 00 Steel Pipe: Galvanized and Black, ASTM A 53 Shop Drawing 15 83 00 Fans Shop Drawing 2713 23 Communications Optical Fiber Backbone Cabling Shop Drawing 3105 13 Soils for Earthwork Record Data 3123 17 Trenching Shop Drawing 3123 16 Excavation Shop Drawing 40 90 00 Instrumentation and Control for Process Systems Shop Drawing 40 90 01 Instrumentation Shop Drawing 40 90 02 Supervisory Control and Data Acquisition (SCADA) System Shop Drawing Submittal Register ONSWTP Facilities Feed Optimization Improvements —Fluoride City Project No. E15233 01 33 01-1 07-03-2014 This page intentionally left blank 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 03 30 00 Cast -In -Place Concrete 05 12 00 Structural Steel Framing 05 54 40 Aluminum Grating (S-110) 0812 13 Hollow Metal Doors 0812 13 Hollow Metal Frames 08 7100 Door Hardware 09 96 00 High Performance Coatings 11 2440 Liquid Chemical Peristaltic Hose Transfer Pumps Shop Drawings ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013302-1 11-25-2013 Specification Section Shop Drawing Description 11 24 50 Liquid Chemical Peristaltic Tube Metering Pumps 13 20 80 Polyethylene Tanks 13 12 20 Metal Building System 15 06 20 Preformed Channel Pipe Support System 15 11 10 Ball Valves 15 1140 Check Valves 15 1150 Gate, Globe and Angle Valves 15 1180 Pressure Reducing and Pressure Relief Valves 15 1170 Specialty Valves 15 24 90 Polyvinyl Chloride (PVC) Pipe: Schedule Type 15 27 00 Steel Pipe: Galvanized and Black, ASTM A 53 15 83 00 Fans 27 13 23 Communications Optical Fiber Backbone Cabling 3105 13 Soils for Earthwork 31 23 16 Excavation 31 23 17 Trenching 40 90 00 Instrumentation and Control for Process Systems 40 90 01 Instrumentation 40 90 02 Supervisory Control and Data Acquisition (SCADA) System B. Include Shop Drawings in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. Shop Drawings ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013302-2 11-25-2013 D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. Shop Drawings ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013302-3 11-25-2013 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. Shop Drawings ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 0133 02 - 4 11-25-2013 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. Add footers to each document with the Project name. Shop Drawings ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 0133 02 - 5 11-25-2013 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 0131 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, Shop Drawings ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013302-6 11-25-2013 unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. Shop Drawings ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013302-7 11-25-2013 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. Shop Drawings ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 0133 02 - 8 11-25-2013 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 0133 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested Shop Drawings ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013302-9 11-25-2013 deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. Shop Drawings ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 01 33 02-10 11-25-2013 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 01 33 02-11 11-25-2013 This page intentionally left blank 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data according to SECTION 0133 01 SUBMITTAL REGISTER: Specification Section Record Data Description Standard Specifications 02 10 20 Specifications 02 20 20 Specifications 02 20 21 Specifications 02 20 22 Specifications 02 20 40 Specifications 02 2100 Specifications 02 52 05 Specifications, Test Reports 02 52 23 Specifications, Test Reports 02 54 04 Specifications, Test Reports 02 5412 Specifications, Test Reports 02 54 24 Specifications, Test Reports Record Data ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013303-1 11-25-2013 02 80 20 Specifications 05 5440 Approved Shop Drawings, Specifications Technical Specifications 00 05 00 Specifications 02 08 00 Specifications 02 40 10 Specifications 03 10 00 Specifications, Test Reports 03 20 00 Specifications, Test Reports 03 30 00 Approved Drawings, Specifications, Test Reports, O&M Manuals 05 12 00 Approved Drawings, Specifications, Test Reports 0812 13 Approved Drawings, Specifications 0813 13 Approved Drawings, Specifications 08 7100 Approved Drawings, Specifications 09 96 00 Approved Drawings, Specifications, Test Reports 10 40 00 Specifications 11 2440 Approved Drawings, Specifications, Test Reports, O&M Manuals 11 24 50 Approved Drawings, Specifications, Test Reports, O&M Manuals 13 12 20 Approved Drawings, Specifications, Construction Photos, Test Reports, O&M Manuals 13 20 80 Approved Drawings, Specifications, Test Reports, O&M Manuals 15 06 10 Specifications 15 06 20 Approved Drawings, Specifications 15 07 50 Specifications 15 08 20 Specifications, Test Reports 15 1100 Approved Drawings, Specifications 15 11 10 Approved Drawings, Specifications 15 1140 Approved Drawings, Specifications 15 1150 Approved Drawings, Specifications 15 1180 Approved Drawings, Specifications 15 1170 Approved Drawings, Specifications 15 24 90 Approved Drawings, Specifications, Test Reports 15 27 00 Approved Drawings, Specifications, Test Reports 15 43 00 Specifications 15 83 00 Approved Drawings, Specifications 15 95 50 Specifications Record Data ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013303-2 11-25-2013 27 13 23 Approved Drawings, Specifications 26 5100 Approved Drawings, Specifications 3105 13 Approved Drawings, Specifications 31 23 16 Approved Drawings, Specifications 31 23 17 Approved Drawings, Specifications 40 05 53 Specifications 40 90 00 Approved Drawings, Specifications 40 90 01 Approved Drawings, Specifications 40 90 02 Approved Drawings, Specifications B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. Record Data ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013303-3 11-25-2013 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. Record Data ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013303-4 11-25-2013 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. Record Data ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013303-5 11-25-2013 B. Submit a Change Proposal per SECTION 0131 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 0133 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." Record Data ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013303-6 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013303-7 11-25-2013 This page intentionally left blank 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 0135 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013304-2 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. H. Pipeline projects should be recorded linearly from beginning to end. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Work shall be completed with the following considered: Please note that the ONSWTP is a critical provider of potable water to the City of Corpus Christi, TX and is operating under the terms of a drinking water permit issued by the Texas Commission on Environmental Quality. This permit, which is posted at the ONSWTP for review, specifies the water quality limits that the plant must meet prior to discharge of finished water. Work shall be performed in a manner that will not prevent the existing facility from achieving the finished water quality established by the permit. The Contractor shall bear the cost of penalties imposed on the Owner for water quality violations caused by actions of the Contractor. It is critical that the Contractor coordinates with the City of Corpus Christi Drinking Water Operations and the OAR throughout the construction to maintain the required flow range from ONSWTP at all times. The ONSWTP required flow range to be maintained during specific time frames of the year are as follows: ONSWTP REQUIRED FLOW RANGE TIME FRAME MINIMUM FLOW MAXIMUM FLOW November 1 through March 31(all years) 45 MGD 85 MGD April 1 through October 31 (all years) 50 MGD 110 MGD It is understood that shutdowns of existing pipelines, process units and operations, of short and controlled durations, may be necessary to complete construction. However, Contractor shall work with the City and OAR to schedule work that may impact plant operations in such a manner that plant production will meet the required flow ranges as shown in the table above. The Contractor's project schedule will be structured to maintain capacity requirements. In the event that construction activity begins to impact capacity constraints in a manner unforeseen by the Contractor, the Contractor shall immediately take all steps necessary to remove the impact on capacity caused by construction and restore specified plant capacity. The Contractor shall provide the City and OAR a request for shutdown 30 calendar days prior to the scheduled shutdown. The City reserves the right to grant, delay, or deny such shutdown request depending upon required production capacity at the time. In addition, the Contractor's overall construction schedule shall clearly highlight the anticipated scheduled shutdown dates and duration. The time of shutdown will be decided by the City. Special Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 01 35 00 - 1 11-25-2013 The Contractor shall not be entitled to additional payment for shutdown work scheduled during night-time, Sundays or holidays to meet ONSWTP operating requirements. B. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: The following construction activities in sequence are proposed to accomplish the improvement work as shown on the Drawings and specified herein. It should be noted that the suggested construction plan serves as a general guideline to the Contractor on how the construction of work shall be sequenced in compliance with the constraints of maintaining plant operation. However, it is the Contractor's responsibility to develop a detailed construction plan that outlines the specific details of proposed construction activities and submit to the City and Engineer for review and approval. Construction Sequencing shall be as follows: 1. Phase 1— Demolition and Disposal a. The Contractor shall demo and dispose of containment area and feed system equipment including existing day tanks, bulk storage tanks, containment piping, eye wash and shower, valves, fittings, seals, unistruts, appurtenances, chemical feed equipment, aboveground fluoride piping between containment and injection. b. The Contractor shall demo and dispose of structural work and concrete including FRP enclosure, pipe supports, cutout into containment wall, concrete pipe support pads, and pump pad. c. The Contractor shall demo and dispose of the existing aluminum hatch cover at the filter effluent distribution box and chemical injection vault for plant 2. d. The Contractor shall demo and dispose of existing electrical systems including electrical power, lighting, wiring, and all designated control system equipment and instrumentation. 2. Phase 2 — Concrete and Structural Improvements to Fluoride Containment a. The Contractor shall provide concrete and structural improvements to the fluoride containment area including the new containment wall, concrete floor to match existing pad under new pump building, concrete repairs to cutout, new concrete to pipe support/pump pads, new fluoride building and supports, and relocations of stairs and platform. 3. Phase 3 — 60" Pre -Stressed Concrete Cylinder Pipe Improvements a. The Contractor shall repair fluoride injection and pH monitoring taps for plant 2 on 60" pre -stressed concrete cylinder pipe inside concrete manhole at existing fluoride injection. Repair process includes pipe dewatering and disposal, if required. The Contractor should note that there is a 16 hour window for the repair to take place. This 16 hour time frame begins once the valve from the effluent of filters 13-22 is closed on the 60" concrete cylinder line for plant 2. b. The Contractor shall note that Sheet 24/70 of the Plans shows a repair method recommended by Forterra Pipe & Precast and it is the Contractor's responsibility Special Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013500-2 11-25-2013 to coordinate with Forterra and the Engineer for review of the suggested repair before construction. c. If Contractor is unable to tap the repaired concrete line for a new injection point and if authorized and approved by Engineer, the Contractor shall provide a new concrete injection vault for plant 2 on 60" pre -stressed concrete cylinder pipe (as shown in Add Alt No. 1). d. ONSWTP personnel have recommended that this project repair is best suited for the winter months due to the 16 hour time frame of outage. Winter flows should be less than 60 MGD which is capable of providing a longer outage, however the average is 70 MGD which correlates to the 16 hour outage. The Contractor shall also note that the max flow through Clearwell No. 1 is 68 MGD. 4. Phase 4 — Containment Area Improvements and Equipment a. The Contractor shall provide all containment area improvements including new day tanks, day tank scale, bulk storage tanks, appurtenances, eye wash and shower, leak probe, protective coating, new steel pre-engineered fluoride building (including steel column structural supports, protective coating and all appurtenances), fluoride transfer pumps, fluoride feed pumps and skids, all piping in and around containment area (including: all associated valves, reducers, fittings, supports, seals, clamps, sleeves and appurtenances), protective coating inside containment area and building. b. The Contractor shall provide a new aluminum hatch on the filter effluent distribution box and chemical injection vault for plant 2. 5. Phase 5 — Overhead and Underground Fluoride Carrier Water Piping Improvements a. The Contractor shall provide new overhead and underground fluoride carrier water piping including all associated valves, fittings, seals, fabrication, supports, clamps, injectors, nozzles, sleeves, and appurtenances from containment area to both injection locations. This includes excavation, coring, tapping, pavement repair, seeding, and exploratory excavation and waste disposal. 6. Phase 6 — Electrical Improvements a. The Contractor shall provide all electrical improvements including but not limited to new conduit and wiring inside and outside of containment area, unistrut, mounting hardware, switches, receptacles, lighting, switch racks, panels, fluoride feed system power, grounding, taps, motors, boxes, connections, elements, testing, circuits and instrumentation. C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. Special Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013500-3 11-25-2013 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 1 month prior to beginning the Work. 1.03 CRITICAL OPERATIONS The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) Temporary Fluoride Feed - - $1,000/hour Filters 13-22 16 hours 7:00 PM — 11:00 AM $1,000/hour A. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. B. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. C. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. D. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. Special Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013500-4 11-25-2013 1. These items are critical to the operation of the existing distribution system 2. Loss of operation of the existing distribution system can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. E. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 -Temporary Fluoride Feed: a. Temporary fluoride feed shall remain in service at all times until new fluoride feed injection system is installed. 2. Critical Operation 2 — Filters 13-22: a. Once the flow from Filters 13-22 is closed, there is a 16 hour timeframe to dewater and repair the existing 60" concrete cylinder pipe leak. This leak is located in the injection vault before the junction box. Contractor shall coordinate with ONSWTP staff and the City of Corpus Christi to schedule this shutdown (if required) and verify that there are no conflicts. All equipment necessary for procedure should be in place. In the event of a line failure, Contractor shall have a contingency plan in place. Management practices for high levels of fluoride in localized water locations should be handled/discharged accordingly with the TCEQ's management practices for the disposal of fluoride in water as well as any other local, federal, and state regulations required. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible. The Contractor will be responsible for providing approved dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 013500-5 11-25-2013 This page intentionally left blank 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 014000-1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. S. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 0131 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 0133 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 0133 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 0133 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 014000-4 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; 1. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 0133 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 014000-5 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. S. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 014000-6 11-25-2013 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 014000-7 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 015000-1 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space fora minimum of 15 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. Temporary Facilities and Controls ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 015000-2 11-25-2013 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2.05 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. Temporary Facilities and Controls ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 015000-3 11-25-2013 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED—SWPPP NOT REQUIRED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. Discharge Elimination System (TPDES) Ccncral Permit No. TXR1E0000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commi.zion on Environmental Quality (TCEQ) and Laws and Regulations. File required leg I notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the DPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS—SWPPP NOT REQUIRED A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR1E0000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls ONSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E15233 015700-1 11-25-2013 1.05 PERMITS —SWPPP NOT REQUIRED A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Posta copy of the NOI at the Site in a location where it is retiadily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL — SWPPP NOT REQUIRED A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction.. 1. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to thc TCEQ as required as a condition of the TPDES Ccneral Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at Ie3st 2 days prior to the start of construction. Develop the SWPPP prior to submitting thc Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. prc construction conditions as set forth in thc Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed ares and soil Temporary Controls ONSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E15233 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES Ccncral Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Co pleti. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.10 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Nueces Bay. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Temporary Controls ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 015700-4 11-25-2013 Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact the Wastewater Pre-treatment Coordinator to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.11 DISPOSAL OF CONTAMINATED GROUNDWATER — NOT APPLICABLE A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or othcr site as agreed to by the Designer. Suggested disposal Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with dewatering which is paid for under Wel Items -X, 1.12 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.13 WINDSTORM CERTIFICATION (BY LNV, INC.) A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Owner shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm Temporary Controls ONSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E15233 015700-5 11-25-2013 certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 015700-6 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 017000-1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 0131 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 0133 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g as listed below. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 017000-3 11-25-2013 This page intentionally left blank SECTION 021020 SITE CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev. 10-30-2014 This page intentionally left blank SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev. 3-25-2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well -points, as conditions warrant. Removal of well - points shall be at rate of 1/3 per 24 hours (every third well -point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides ofthe trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line ofthe sewer so cut. (7) The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev. 3-25-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement -stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev. 3-25-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement -stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement -stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev. 3-25-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5-1b (2.49 kg) Rammer and 12 -inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water -bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single -stage or multiple -stage well point systems, eductor and ejector -type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev 10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOT) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev 10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev 10-30-2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement - bentonite grout or cement -sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50 -foot intervals and fill pipe with cement -bentonite grout or cement -sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12 -inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre -drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev 10-30-2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre -drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev. 10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev 10-30-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (TDS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mgfL Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mgfL Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev. 10-30-2014 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes / No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev 10-30-2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev. 10-30-2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall 'indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations 'include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev. 10-30-2014 This page intentionally left blank SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond ±1% deviation from the required moisture or density requirement. Irregularities exceeding Iz inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev. 10-30-2014 (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of fmish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right -of -Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right -of - way lines shall be made at a slope of three horizontal to one vertical (3:1) or flatter. (E)Draina€�e During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically -stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre -approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18 -kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev. 10-30-2014 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub -base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway - legal rubber -tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev. 10-30-2014 This page intentionally left blank SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non -expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev. 10-30-2014 This page intentionally left blank SECTION 025205 PAVEMENT REPAIR, CURB. GUTTER. SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 "Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 "Portland Cement Concrete Pavement" Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw -cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better materials or per pavement repair details on the drawings. 025205 Page 1 of 2 Rev. 3-25-2015 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist ofa reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid -depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill, cement -stabilized sand backfill, flexible base, prime coat, hot -mix asphaltic concrete, etc. 025205 Page 2 of 2 Rev. 3-25-2015 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type 'A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit, plasticity index, modified proctor, moisture -density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible (no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev. 3-25-2015 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within +1% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev. 3-25-2015 SECTION 025404 ASPHALTS. OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods, the various materials shall meet the applicable requirements of TxDOT Specification Item 300, "Asphalts, Oils, and Emulsions" (Latest Edition). 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, asphalts, oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev. 10-30-2014 This page intentionally left blank SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be applied when the air temperature is above 50° F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC -30 medium -curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage -heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime shall be applied at a temperature within the recommended range per City Standard 025412 Page 1 of 2 Rev. 10-30.2714 Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorised by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev. 10-30-2014 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev. 3-25-2015 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement maybe incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course Binder Course Arterial Surface Course Binder Course Base Courses PG 70-22 PG 64-22 PG 76-22 PG 64-22 PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS -1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job -mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job -mix with properties in compliance with these specifications, and when properly placed the job -mix will be durable 025424 Page 2 of 8 Rev. 3-25-2015 and stable. The sieve analysis of the job -mix shall be within the range of the Master Gradation and Tolerances specified herein. The job -mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3, use volume method. Plot sieve analysis of job -mix; percent passing versus size on four-cycle semi -log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2, Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Sieve Size Type A Course Base B Fine Base is Course Surface D Fine Surface 1-1/2" 100 1-1/4" 95-100 1" 100 718" 70-90 95-100 100 518" 75-95 95-100 112" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No.80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6' 1-6* 1-6* VMA % minimum 11 12 13 14 025424 Page 3 of 8 Rev. 3-25-2015 * 2-8 when TxDOT Test Method Tex -200-F, Part II (Washed Sieve Analysis) is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job -mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge -Storage System. A surge -storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page 4 of 8 Rev. 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28 -foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the 'off b_mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the 'oa b_mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev. 3-25-2015 rising but not when the air temperature is 50 degrees F and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid, the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a mariner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer, but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev. 3-25-2015 6.7. In -Place Density. In-place density control is required for all mixtures except for thin, irregular level -up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es) shall be more than 1/4 inch less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600 -foot section shall not exceed ninety inches per mile per traffic lane. For each 600 -foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 0.0143 M Where M = Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten -foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page 7 of 8 Rev. 3-25-2015 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8 of 8 Rev. 3-25-2015 SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 Sideoats Grama (premier) Bouteloua Curtipendula 0.6 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 Bermudagrass (Unhulled) Cynodon Dactylon 30.0 K -R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides 4.2 Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture - A: Recommended for clay or tight soil planted between December 1 thin May 1. Mixture - B: Recommended for sandy soil planted between December 1 thru May 1. Mixture - C: Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev. 3-25-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EOUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed -fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt -coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion -resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2 of 4 Rev. 3-25-2015 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing — Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings, topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 4001b/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt -water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2) Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt -water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3 of 4 Rev. 3-25-2015 comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100) pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt -water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev. 3-25-2015 SECTION 00 05 00 - T MOBILIZATION 1. DESCRIPTION Establish and remove offices, plants, and facilities. Move personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. 2. MEASUREMENT This Item will be measured and paid by the lump sum as the work progresses. 3. PAYMENT Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. A. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 1O% of the mobilization lump sum or 1% of the total Contract amount, whichever is less. B. Payment will be made upon verification of documented expenditures for plant and facility setup. The combined amount for all these facilities will be no more than 14% of the mobilization lump sum or 1% of the total Contract amount, whichever is less. C. When 25% of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid or 5% of the total Contract amount, whichever is less, will be paid. Previous payments under this Item will be deducted from this amount. D. When 50% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid or 1O% of the total Contract amount, whichever is less, will be paid. Previous payments under the Item will be deducted from this amount. E. When 75% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid or 1O% of the total Contract amount, whichever is less, will be paid. Previous payments under this Item will be deducted from this amount. F. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the next estimate cycle after the initial retainage estimate or at final acceptance for projects without retainage. Mobilization ONSWTP Facilities Feed Optimization Improvements - Fluoride Project No. E15233 000500-T-1 This page intentionally left blank SECTION 020800-T WELL POINTING, DEWATERING, AND DISPOSAL 1. GENERAL 1.1 Description This item shall govern all operations necessary for the temporary dewatering of trenches, holes, and other open -cut excavations for the installation of utility lines and appurtenances. Work, in general shall include: A. Designing, furnishing, installing, testing, operating, monitoring and maintaining a system to control ground water and surface water as required to comply with the project specifications. B. Controlling, removing, and disposing of seepage and surface water from the excavation, including excavation slope erosion control. C. Prevention of surface water from entering the trench and diverting the surface water away from the site. D. Removal of the temporary dewatering system after completion of the specified portion of work. 1.2 Environmental Requirements A. Comply with the requirements of agencies having jurisdiction. B. Comply with the State of Texas Commission on Environmental Quality's (TCEQ's) regulations and Texas Water Well Drillers Association guidelines. C. Obtain all necessary permits from agencies with control over the use of groundwater and matters affecting well installation, water discharge, and use of storm drains and natural water sources. We11 Pointing, Dewatering, and Disposal ONSWTP Facilities Feed Optimization Improvements — Fluoride Project No. E15233 020800-T-1 1.3 Contractor's Responsibility A. It shall be the Contractor's sole responsibility to identify groundwater conditions and to provide for the lowering, handling, and control of groundwater as necessary to develop a substantially dry and stable subgrade for subsequent construction operations and to monitor the effectiveness of its installed system including effects on adjacent utilities or facilities. B. It shall be the sole responsibility of the Contractor to operate, maintain, and modify the system(s) as required to conform to these plans, specifications and contract documents. C. The Contractor shall be fully responsible for the failure of all components of the dewatering system(s) and for all damages to the work, adjacent property, equipment, personnel, and the public in the project area caused by its failure to design, furnish, install, test, operate, monitor, and maintain the system. The Contractor shall restore all damaged items to a condition as good as or better than existed prior to the occurrence or failure and at no additional cost to the City. D. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing dewatering efforts to include, but not necessarily be limited to, "Confined Space Entry". 2. REFERENCES 2.1 Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 2.2 Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para. 122.26(b)(14) Storm Water Discharge. 3. PRODUCTS 3.1 Equipment and Materials A. Equipment and materials are at the option of the Contractor as necessary to achieve desired results for well pointing, dewatering and disposal work. Proposed equipment and materials may include pumps, eductors, well points and piping, and other desired material. See paragraph 4.1, Pre -Installation Submittal Requirements. B. All equipment must be maintained in good repair and operating order. C. Sufficient standby equipment and materials shall be provided and maintained to ensure continuous and uninterrupted operation of the dewatering system. Well Pointing, Dewatering, and Disposal ONSWTP Facilities Feed Optimization Improvements — Fluoride Project No. E15233 020800-T-2 4. SUBMITTAL REQUIREMENTS 4.1 Pre -Installation A. Prior to commencement of work, the Contractor shall submit complete drawings and layouts showing the proposed dewatering plans. Sufficiently detail the submittal (general arrangements, procedures to be used, disposal requirements, etc.) to allow the Engineer to evaluate the proposed dewatering system(s). At a minimum, the submittal shall include: • 24-hour Contact information for responsible Contractor personnel • Equipment and instrumentation sizes, flow rates, operating hours, arrangement and depths for the dewatering system(s) • Discharge location and details • Well point system layout • Disposal considerations • Route of Piping (if applicable) 4.2. During Operations A. Submit the following records on a weekly basis: • Records of flow rates and water level elevations obtained during monitoring of dewatering 5. PERFORMANCE REQUIREMENTS 5.1 Execution A. The Contractor shall conduct subsurface investigations to identify groundwater conditions and to provide parameters for design, installation, and operation of groundwater systems. B. The Contractor shall design, furnish, install, operate, monitor and maintain a dewatering system that is compatible with the requirements of 29 CFR Part 1926 "Safety and Health Regulations for Construction" to produce the following results: • Effectively reduce the groundwater level below the excavations • Develop a substantially dry and stable subgrade for subsequent construction operations • Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work • Prevent the loss and discharge of fine sediments and the development of seepage, boils, quick conditions, or softening of the foundation strata • Maintain stability of sides and bottom of excavations. Well Pointing, Dewatering, and Disposal ONSWTP Facilities Feed Optimization Improvements — Fluoride Project No. E15233 020800-T-3 C. The Contractor shall continue to daily operate, monitor, and maintain the dewatering system in all required areas, until the work is completed (including nights, weekends and holidays) and then remove all components of the system when the dewatering is no longer required. D. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berms prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. E. Storm water or groundwater shall not be discharged onto private property without the Engineer's written permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream (Corpus Christi Bay or Corpus Christi Ship Channel). F. The Contractor shall ensure that all water seeping, falling, or running into the excavation as it is dug, and until the dewatering system is removed, is promptly pumped out. G. The Contractor shall perform initial groundwater testing, obtain all permits necessary for the dewatering operations, and file copies of all such permits with the Engineer and City. It is the Contractor's sole responsibility to obtain groundwater tests prior to performing work in permit -affected areas. H. The Contractor shall protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, wash out and other hazards created by the dewatering system. In the case of damage, Contractor shall restore any and all facilities to a condition as good as or better than existed prior to the performance of the work on the Project at no additional cost to the City. 5.2 Testing A. Subsequent testing of groundwater quality is to be performed by City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. The Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. B. Testing parameters must be adjusted or modified based upon the Contractor's intent to discharge groundwater into Storm Water System or Wastewater System, as well Well Pointing, Dewatering, and Disposal 02 08 00 - T - 4 ONSWTP Facilities Feed Optimization Improvements — Fluoride Project No. E15233 as, actual tested groundwater quality. Contractor shall coordinate these tests well in advance of the work to be performed. 5.3 Disposal A. The Contractor shall dispose of all seepage and surface water removed from the Project — regardless of the source, in a manner approved by the Engineer. B. In some instances, the Contractor may have the option of disposing of groundwater by pumping to the nearest Wastewater system. Other groundwater disposal alternatives or solutions shall be approved by the Engineer on a case-by-case basis. Prior to pumping groundwater from the trench to the wastewater system the Contractor shall contact the Wastewater Pretreatment Coordinator at 826-1817 to obtain a "no cost" permit from the Wastewater Department. The Contractor must coordinate, obtain, and pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Testing must be performed prior to any construction in permit -affected areas. 6. MEASUREMENT AND PAYMENT "Dewatering by Well Pointing" and "Dewatering for Structure or Unanticipated Point Repair" shall be paid for ONLY if required to achieve a dry excavation and stable subgrade for utility installation. All costs, including labor, equipment, materials, permitting, supervision, etc,, associated with dewatering and well pointing work shall be included in the amount bid for the items "Well Pointing" and "Dewatering for Structure or Unanticipated Point Repair", as identified in the Proposal Form. "Well Pointing" shall be measured and paid by the linear foot of trench being dewatered, along the centerline of the trench as specified in the proposal. "Dewatering for Structure or Unanticipated Point Repair", shall be measured by each as specified in the proposal. Well Pointing, Dewatering, and Disposal ONSWTP Facilities Feed Optimization Improvements — Fluoride Project No. E15233 020800-T-5 This page intentionally left blank SECTION 02 40 10 - T DEWATERING AND COFFERDAM 1. GENERAL 1.01 SCOPE: A. Summary or Work: The CONTRACTOR shall furnish all labor, material and equipment necessary for the removal of all surface and subsurface waters from excavation areas. This section includes the construction of temporary cofferdams with steel sheet piling and bracing. The work includes theremoval of temporary sheet piling at the completion of the work. 1.02 APPLICABLE PUBLICATIONS: A. American Society for Testing and Materials (ASTM): 1. ASTM A 36 - Standard Specification for Carbon Structural Steel 2. ASTM A328 - Standard Specification for Steel Sheet Pile 1.03 DEFINITIONS: (Not Used) 1.04 SUBMITTALS: The CONTRACTOR shall make submittals in accordance with contract documents and the following: A. The CONTRACTOR shall submit to the ENGINEER a dewatering plan, which includes the coffer dam design and dewatering equipment, safety procedures, sequence of construction, and re-wateringprocedures, prior to the start of any such operations. B. Submit certification from a practicing structural engineer registered in the State of Texas that the temporary cofferdam has been designed to meet the criteria specified herein. C. Two sets of sealed prints of the cofferdam system shall be submitted to the ENGINEER for reference. D. Acquire all permits required to discharge water and protect waterways from turbidity during the dewatering operation. Discharge of waters off the drainage right-of-way will not be permitted. 1.05 QUALIFICATIONS: (Not Used) 1.06 RESPONSIBILITIES: A. This is a performance specification. Except as otherwise specified or indicated, selection of equipment, materials, and methods shall be CONTRACTOR's responsibility. Dewatering and Cofferdam ONSWTP Facilities Feed Optimization Improvements — Fluoride Project No. E15233 02 40 10 T-1 The dewatering of any excavation areas and disposal of all water handled shall be in strict accordance with all local and state government rules and regulations. B. The CONTRACTOR shall be responsible for the design of the dewatering system including, but not necessarily limited to, the temporary cofferdam, required pump equipment, temporary shoring, as well as any miscellaneous temporary structures required. 1.07 CERTIFICATIONS AND TESTING: A registered professional engineer in the State of Texas hired by the CONTRACTOR shall inspect, accept, and certify the used sheet piling for dewatering purposes. 1.08 INSPECTION COORDINATION: The CONTRACTOR shall provide access to the WORK for the ENGINEER as requested for inspection. The Contractor shall provide 48 hours notice of its intention to begin new WORK activities. 1.09 WARRANTY: (Not Used) 2. PRODUCTS 2.01 PRODUCT REOUIREMENTS: All materials used in the construction of the dewatering facilities shall be selected, furnished and installed by the CONTRACTOR in accordance with the design as submitted to the ENGINEER. 2.02 SHEET PILE: The CONTRACTOR shall provide new or used sheet piling for use in the coffer dam conforming to the requirements of ASTM A328. 2.03 STRUCTURAL STEEL: The CONTRACTOR shall provide structural steel for use in the cofferdam conforming to the requirements of ASTM A36. 3. EXECUTION 3.01 PERFORMANCE: The CONTRACTOR shall furnish and install cofferdams in accordance with the following. A. The CONTRACTOR shall employ the services of a structural engineer registered in the State of Texas for the design of the cofferdam system. The walls and bracing shall be designed to withstand,without damage, the maximum water elevations anticipated. B. Approximate locations of cofferdam, structural characteristics and embedment depths shall be determined by the engineer designing the cofferdam. C. The layout and design of the interior and exterior bracing system for the cofferdam shall fully accommodate with appropriate factors of safety, all applied Dewatering and Cofferdam ONSWTP Facilities Feed Optimization Improvements — Fluoride Project No. E15233 024010-T-2 loading indicated. Those loadings may beincreased if considered appropriate by the engineer designing the cofferdam. 3.02 DEWATERING: A. The CONTRACTOR shall provide adequate equipment for removal of storm, subsurface or coffer dam leakage waters, which may accumulate in the cofferdam interior. B. The CONTRACTOR shall perform all work for the water control structure in the cofferdam interior free from water. The CONTRACTOR shall furnish, install, maintain, and operate all necessarypumping and other equipment necessary for dewatering the work area. 1. All dewatering equipment shall be in first-class condition and shall at all times be maintained and operated at the efficiency and capacity necessary for maintaining the cofferdam interior freefrom standing water or wet conditions that prevent proper construction. C. The CONTRACTOR shall provide dewatering facilities with stand-by pumps with 100 percent stand by capacity. D. The CONTRACTOR shall comply with all local, state and federal regulations when disposing of water generated by dewatering operations. 3.03 TURBIDITY BARRIER: The CONTRACTOR shall install and maintain suitable turbidity barriers as described in SECTION 01530. 3.04 REMOVAL OF DEWATERING SYSTEM AND COFFERDAMS: A. The CONTRACTOR shall remove the dewatering system in such a manner as to allow ground water elevations to slowly return to natural elevations. B. The CONTRACTOR shall slowly flood the dewatered area to establish water surface elevations upstream of water control structure and equal to tail water downstream of water control structure priorto removal of temporary cofferdams. C. If a portion of the cofferdam is incorporated into the structure, the CONTRACTOR shall review the drawings to determine what portion of the sheet pile of the cofferdam that shall be removed. END OF SECTION Dewatering and Cofferdam ONSWTP Facilities Feed Optimization Improvements — Fluoride Project No. E15233 024010-T 3 This page intentionally left blank LNV SECTION 03 10 00 CONCRETE FORMING AND ACCESSORIES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Formwork for cast -in place concrete. 2. Shoring, bracing, and anchorage. 3. Form accessories. 4. Form stripping. B. Related Sections: 1. Section 03 20 00 - Concrete Reinforcing. 2. Section 03 30 00 - Cast -In -Place Concrete. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Formwork (Vertical Structures): 1. Basis of Measurement: By the square foot. 2. Basis of Payment: Includes form materials, placement, placing accessories, stripping. B. Formwork (Horizontal Supported Structures): 1. Basis of Measurement: By the square foot. 2. Basis of Payment: Includes form materials, placement, placing accessories, stripping. 1.3 REFERENCES A. American Concrete Institute: 1. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301 - Specifications for Structural Concrete. 3. ACI 318 - Building Code Requirements for Structural Concrete. 4. ACI 347 - Guide to Formwork for Concrete. B. American Forest and Paper Association: 1. AF&PA - National Design Specifications for Wood Construction. C. The Engineered Wood Association: 1. APA/EWA PS 1 - Voluntary Product Standard for Construction and Industrial Plywood. D. American Society of Mechanical Engineers: 1. ASME A17.1 - Safety Code for Elevators and Escalators. E. ASTM International: 1. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 2. ASTM E961E96M - Standard Test Methods for Water Vapor Transmission of Materials. Concrete Forming and Accessories 031000-1 LNV F. West Coast Lumber Inspection Bureau: 1. WCLIB - Standard Grading Rules for West Coast Lumber. 1.4 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing in accordance with ACI 318 to conform to design and applicable code requirements to achieve concrete shape, line and dimension as indicated on Contract Drawings. B. Forms shall be designed with consideration of rate, method of placing concrete, and construction loads to be encountered, including vertical, horizontal, and impact loads. 1.5 SUBMITTALS A. Information on the Contractor's proposed forming system: Submit in such detail as the Engineer may require to assure himself that the intent of the specifications can be complied with by use of the proposed system. B. Approval by the Engineer shall in no way relieve the Contractor of his responsibility to provide forms adequate and satisfactory for the purpose required. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347, ACI 301, and ACI 318. B. For wood products furnished for work of this Section, comply with AF&PA. C. Install work in accordance with local, state, and federal regulations. D. Maintain one copy of each document on site. 1.7 QUALIFICATIONS A. Design formwork under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of Texas. B. Qualifications of Formwork Manufacturers: Use only forming systems manufactured by manufacturers having minimum 5 years' experience, except as otherwise specified, or accepted in writing by the Engineer. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver void forms and installation instructions in manufacturer's packaging. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. Concrete Forming and Accessories 031000-2 LNV 1.9 COORDINATION A. Coordinate this Section with other sections of work requiring attachment of components to formwork. PART 2 PRODUCTS 2.1 WOOD FORM MATERIALS A. Lumber Forms: 1. Application: Use for edge forms and unexposed finish concrete. 2. Boards: 6 inches or 8 inches in width, shiplapped or tongue and groove, "Standard" Grade Southern Yellow Pine, conforming to WCLIB Standard Grading Rules for West Coast Lumber. Surface boards on four sides. B. Plywood Forms: 1. Application: Use for exposed finish concrete. 2. Forms: Conform to PS 1; 5 -ply plywood sheets made with 100 percent waterproof adhesive and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement; full size 4 x 8 feet panels; each panel labeled with grade trademark of APA/EWA. 3. Plywood for Surfaces to Receive Membrane Waterproofing: Minimum of 3/4 inch thick; APA/EWA "B -B Plyform Structural I Exterior" grade. 4. Plywood where "Smooth Finish" is required, as indicated on Contract Drawings: APA/EWA "HD Overlay Plyform Structural I Exterior" grade, minimum of 3/4 inch thick. 2.2 PREFABRICATED FORMS A. Preformed Steel Forms: Rigidly constructed matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished surfaces. B. Glass Fiber Fabric Reinforced Plastic Forms: Matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished concrete surfaces. C. Steel Forms: Sheet steel, suitably reinforced, and designed for particular use indicated on Contract Drawings. D. Form Liners: Smooth, durable, grainless and non -staining hardboard, unless otherwise indicated on Contract Drawings. Framing, Studding and Bracing: Southern Yellow Pine No. 2 with grade stamp clearly visible. Concrete Forming and Accessories 03 1000-3 LNV 2.3 FORMWORK ACCESSORIES A. Form Ties: 1. General: a. Provide form ties for forming system selected that are manufactured by a recognized manufacturer of concrete forming equipment. b. Provide ties of type that accurately tie, lock and spread forms. c. Do not allow holes in forms for ties to allow leakage during placement of concrete. B. Cone -Snap or Flat Bar Form Ties: 1. Cone -snap ties shall form a cone shaped depression in the concrete with a minimum diameter of 1 inch at the surface of the concrete and 1-1/2 inches deep. 2. Provide neoprene waterseal washer that is located near the center of the concrete. C. Taper Ties: 1. Neoprene Plugs for Taper Tie Holes: Size so that after they are driven, plugs are located in center third of wall thickness. 2. Dry -Pack Mortar for Filling Taper Tie Holes: a. Consist of mix of 1 part of Portland cement to 1 part of plaster sand. b. Amount of water to be added to cement -sand mix is to be such that mortar can be driven into holes and be properly compacted. c Admixtures or Additives: Are not to be used in dry pack mortar. D. Spreaders: Standard, non -corrosive metal form clamp assembly, of type acting as spreaders and leaving no metal within 1-1/2 inches of concrete face. Wire ties, wood spreaders or through bolts are not permitted. E. Form Anchors and Hangers: 1. Do not use anchors and hangers exposed concrete leaving exposed metal at concrete surface. 2. Symmetrically arrange hangers supporting forms from structural steel members to minimize twisting or rotation of member. 3. Penetration of structural steel members is not permitted. Form Release Agent: Colorless mineral oil that will not stain concrete, or absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. G. Corners: Chamfer, rigid plastic or wood strip type; 3/4 inch bevel unless indicated otherwise on Contract Drawings; maximum possible lengths. Provide 1/4 inch bevel at expansion and construction joints. H. Keyways: Steel, plastic, or lumber treated with form coating, applied according to label directions. I. Dovetail Anchor System: System consisting of dovetail slots cast into the concrete, dovetail anchors that tie the masonry veneer to dovetail slots, and continuous wires that are embedded in the masonry and connect to the dovetail anchors: 1. Dovetail Slot: 18 gage, Type 304 stainless steel in accordance with ASTM A 167, foam filled and in 10 foot lengths. Concrete Forming and Accessories 031000-4 LNV a. Manufacturers: 1) Hohmann and Barnard, Inc.; Hauppauge, NY; Model No. 305. 2) Heckmann Building Products, Inc.; Chicago, IL; Model No. 100. 3) Substitutions: Submit substitutions for approval. 2. Dovetail Anchors: 23 gage, 1 inch wide, Type 304 stainless steel in accordance with ASTM A 167, and with seismic notch for attachment to wire embedded in masonry. a. Manufacturers: 1) Hohmann and Barnard, Inc.; Hauppauge, NY; Model No. 303SV. 2) Heckmann Building Products, Inc.; Chicago, IL; Model No. 361. 3) Substitutions: Submit substitutions for approval. 3. Wire Reinforcement: 9 gage, Type 304 stainless steel wire in accordance with ASTM A 580. a. Manufacturers: 1) Hohmann and Barnard, Inc.; Hauppauge, NY. 2) Heckmann Building Products, Inc.; Chicago, IL. 3. Flashing Reglets: Galvanized steel or rigid PVC, 22 gage thick, longest possible lengths, with alignment splines for joints, foam filled, release tape sealed slots, anchors for securing to concrete formwork. K. Bituminous Joint Filler: ASTM D1751. L. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Size, strength and character to maintain formwork in place while placing concrete. PART 3 EXECUTION 3.1 EXAMINATION A. Verify lines, levels, and centers before proceeding with formwork. Verify dimensions agree with Contract Drawings. B. When formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement before proceeding, request instructions from Engineer. C. Do not place any concrete until all forms have been thoroughly checked for alignment, level, strength, and to assure accurate location of all mechanical and electrical inserts or other embedded items. 3.2 INSTALLATION A. Earth Forms: 1. Trench earth forms neatly, accurately, and at least 2 inches wider than footing widths indicated on Contract Drawings. 2. Trim sides and bottom of earth forms. 3. Construct wood edge strips at top of each side of trench to secure reinforcing and prevent trench from sloughing. 4. Form sides of footings where earth sloughs. Concrete Forming and Accessories 031000-5 LNV 5. Tamp earth forms firm and clean forms of debris and loose material before depositing concrete. B. Formwork - General: 1. Provide top form for sloped surfaces steeper than 1.5 horizontal to 1 vertical to hold shape of concrete during placement, unless it can be demonstrated that top forms can be omitted. 2. Construct forms to correct shape and dimensions, mortar -tight, braced, and of sufficient strength to maintain shape and position under imposed loads from construction operations. 3. Camber forms where necessary to produce level finished soffits unless otherwise shown on Contract Drawings. 4. Carefully verify horizontal and vertical positions of forms. Correct misaligned or misplaced forms before placing concrete. 5. Complete wedging and bracing before placing concrete. C. Forms for Smooth Finish Concrete: 1. Use steel, plywood or lined board forms. 2. Use clean and smooth plywood and form liners, uniform in size, and free from surface and edge damage capable of affecting resulting concrete finish. 3. Install form lining with close -fitting square joints between separate sheets without springing into place. 4. Use full size sheets of form lines and plywood wherever possible. 5. Tape joints to prevent protrusions in concrete. 6. Use care in forming and stripping wood forms to protect comers and edges. 7. Level and continue horizontal joints. 8. Keep wood forms wet until stripped. D. Forms for Surfaces to Receive Membrane Waterproofing: Use plywood or steel forms. After erection of forms, tape form joints to prevent protrusions in concrete. E. Framing, Studding and Bracing: 1. Space studs at 16 inches on center maximum for boards and 12 inches on center maximum for plywood. 2. Size framing, bracing, centering, and supporting members with sufficient stieiigth to maintain shape and position under imposed loads from construction operations. 3. Construct beam soffits of material minimum of 2 inches thick 4. Distribute bracing loads over base area on which bracing is erected. 5. When placed on ground, protect against undermining, settlement or accidental impact. Erect formwork, shoring, and bracing to achieve design requirements, in accordance with requirements of ACI 301 and ACI 318. G. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. H. Obtain Engineer's approval before framing openings in structural members not indicated on Contract Drawings. I. Install chamfer strips on external corners of beams, joists, columns and slabs exposed to view. Concrete Forming and Accessories 03 10 00 - 6 LNV J. Do not reuse wood formwork more than 3 times for concrete surfaces to be exposed to view. Do not patch formwork. 3.3 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces are indicated to receive special finishes or applied coverings that are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. D. Reuse and Coating of Forms: Thoroughly clean forms and reapply form coating before each reuse. For exposed work, do not reuse forms with damaged faces or edges. Apply form coating to forms in accordance with manufacturer's specifications. Do not coat forms for concrete indicated to receive "scored finish". Apply form coatings before placing reinforcing steel. 3.4 INSTALLATION - INSERTS, EMBEDDED PARTS, AND OPENINGS A. Install formed openings for items to be embedded in or passing through concrete work. B. Locate and set in place items required to be cast directly into concrete. C. Coordinate with Work of other sections in forming and placing openings, slots, reglets, recesses, sleeves, bolts, anchors, other inserts, and components of other Work. D. Install accessories straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. F. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. G. Form Ties: 1. Use sufficient strength and sufficient quantity to prevent spreading of forms. 2. Place ties at least 1 inch away from finished surface of concrete. 3. Leave inner rods in concrete when forms are stripped. 4. Space form ties equidistant, symmetrical and aligned vertically and horizontally unless otherwise shown on Contract Drawings. 5. Cone -Snap Rod and Bar Ties: Tie forms together at not more than 2 -foot centers vertically and horizontally. After forms are removed from wall, fill tie holes as follows: a. Remove form ties from surfaces. b. Roughen cone shaped tie holes by heavy sandblasting before repair. c. Dry pack cone shaped tie holes with dry -pack mortar. Concrete Forming and Accessories 031000-7 LNV 6. Taper Ties: a. After forms and taper ties are removed from wall, plug tie holes with neoprene plug as follows: 1) Heavy sandblast and then clean tie holes. 2) After cleaning, drive neoprene plug into each of taper tie holes with steel rod. Final location of neoprene plug shall be in center third of wall thickness. Bond neoprene plug to concrete with epoxy. 3) Locate steel rod in cylindrical recess, made in plug, during driving: a) At no time are plugs to be driven on flat area outside cylindrical recess. b. Dry -Pack of Taper Tie Holes: After installing plugs in tie holes: 1) Coat tie hole surface with epoxy bonding agent and fill with dry -pack mortar: 2) Dry -Pack Mortar: Place in holes in layers with thickness not exceeding tie hole diameter and heavily compact each layer. 3) Dry -pack the outside of the hole no sooner than 7 days after the inside of the hole has been dry packed. 4) Wall surfaces in area of dry -packed tie holes: On the water side of water containing structures and the outside of below grade walls: a) Cover with minimum of 10 mils of epoxy gel. b) Provide epoxy gel coating on wall surfaces that extend minimum of 2 inches past dry pack mortar filled tie holes. c) Provide finish surfaces that are free from sand streaks or other voids. H. Arrangement: Arrange formwork to allow proper erection sequence and to permit form removal without damage to concrete. I. Construction Joints: 1. Install surfaced pouring strip where construction joints intersect exposed surfaces to provide straight line at joints. 2. Just prior to subsequent concrete placement, remove strip and tighten forms to conceal shrinkage. 3. Show no overlapping of construction joints. Construct joints to present same appearance as butted plywood joints. 4. Arrange joints in continuous line straight, true and sharp. 3. Embedded Items: 1. Make provisions for pipes, sleeves, anchors, inserts, reglets, anchor slots, nailers, water stops, and other features. 2. Do not embed wood or uncoated aluminum in concrete. 3. Obtain installation and setting information for embedded items furnished under other Specification sections. 4. Securely anchor embedded items in correct location and alignment prior to placing concrete. 5. Verify conduits and pipes, including those made of coated aluminum, meet requirements of ACI 318 for size and location limitations. K. Openings for Items Passing Through Concrete: 1. Frame openings in concrete where indicated on Contract Drawings. Establish exact locations, sizes, and other conditions required for openings and attachment of work specified under other sections. 2. Coordinate work to avoid cutting and patching of concrete after placement. Concrete Forming and Accessories 03 1000-8 LNV 3. Perform cutting and repairing of concrete required as result of failure to provide required openings. Screeds: 1. Set screeds and establish levels for tops of concrete slabs and levels for finish on slabs. 2. Slope slabs to drain where required or as shown on Contract Drawings. 3. Before depositing concrete, remove debris from space to be occupied by concrete and thoroughly wet forms. Remove freestanding water. M. Screed Supports: 1. For concrete over waterproof membranes and vapor retarder membranes, use cradle, pad or base type screed supports which will not puncture membrane. 2. Staking through membrane is not permitted. N. Cleanouts and Access Panels: 1. Provide removable cleanout sections or access panels at bottoms of forms to permit inspection and effective cleaning of loose dirt, debris and waste material. 2. Clean forms and surfaces against which concrete is to be placed. Remove chips, saw dust and other debris. Thoroughly blow out forms with compressed air just before concrete is placed. 3.5 FORM CLEANING A. Clean forms as erection proceeds, to remove foreign matter within forms. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean-out ports. D. During cold weather, ove ice and snow from within forms. Do not use de-icing salts. Do not use water to clean out forms, unless formwork and concrete construction proceed within heated enclosure. Use compressed air or other means to remove foreign matter. 3.6 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads and removal has been approved by Engineer. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. D. Vertical Forms: 1. Remain in place minimum of 36 hours after concrete is placed. 2. If, after 36 hours, concrete has sufficient strength and hardness to resist surface or other damage, forms may be removed. Concrete Forming and Accessories 03 1000-9 LNV E. Other Forms Supporting Concrete and Shoring: Remain in place as follows: 1. Sides of Footings: 24 hours minimum. 2. Vertical Sides of Beams, Girders, and Similar Members: 36 hours minimum. 3. Slabs, Beams, and Girders: Until concrete strength reaches specified strength f c or until shoring is installed. 4. Shoring for Slabs, Beams, and Girders: Shore until concrete strength reaches specified strength. 5. Wall Bracing: Brace walls until concrete strength of beams and slabs laterally supporting wall reaches specified strength. Green Concrete: 1. No heavy loading on green concrete will be permitted. 2. Green concrete is defined as concrete with less than 100 percent of specified strength f c. G. Immediately after forms are removed, carefully examine concrete surfaces, and repair any irregularities in surfaces and finishes as specified in Section 03 30 00. 3.7 ERECTION TOLERANCES A. Tolerances: 1. Finish concrete shall conform to shapes, lines, grades, and dimensions indicated on the Contract Drawings. 2. The maximum deviation from true line and grade shall not exceed tolerances listed below at time of acceptance of project. 3. Construct formwork to produce completed concrete surfaces within construction tolerances specified in ACI 117, paragraphs 2.1 through 2.2 and paragraphs 4.0 through 4.6, except as modified herein: a. Slabs: 1) Slope: Uniformly sloped to drain when slope is indicated on the Contract Drawings. 2) Slabs Indicated to be Level: Have maximum deviation of 1/8 -inch in 10 feet without any apparent changes in grade. b. On Circular Tank Walls: The Contractor may deviate from finish line indicated on the Contract Drawings by use of forms with chord lengths not to exceed 2 feet. c Inserts: Set inserts to tolerances required for proper installation and operation of equipment or systems to which insert pertains. d. Maximum Tolerances: As follows: Item Tolerance Sleeves and Inserts Plus 1/8 Minus 1/8 inches Projected Ends of Anchor Bolts Plus 1/4 Minus 0.0 inches Anchor Bolt Setting Plus 1/16 Minus 1/16 inches 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. Concrete Forming and Accessories 03 10 00-10 LNV B. Notify Engineer after placement of reinforcing steel in forms, but minimum 48 hours prior to placing concrete. C. Schedule concrete placement to permit formwork inspection before placing concrete. END OF SECTION Concrete Forming and Accessories 03 10 00-11 This page intentionally left blank LNV SECTION 03 20 00 CONCRETE REINFORCING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Reinforcing bars. 2. Welded wire fabric. 3. Reinforcement accessories. B. Related Sections: 1. Section 03 10 00 - Concrete Forming and Accessories. 2. Section 03 30 00 - Cast -In -Place Concrete. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Bar Reinforcement: 1. Basis of Measurement: By the ton. 2. Basis of Payment: Includes reinforcement, placement, and accessories. B. Welded Wire Fabric Reinforcement: 1. Basis of Measurement: By the square foot. 2. Basis of Payment: Includes welded wire reinforcement, placement, and accessories. 1.3 REFERENCES A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 318 - Building Code Requirements for Structural Concrete. 3. ACI 350 - Environmental Structures: Code Requirements. 4. ACI 530.1 - Specifications for Masonry Structures. 5. ACI SP -66 - ACI Detailing Manual. B. ASTM International: 1. ASTM A821A82M - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A184/A184M - Standard Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. A1851A185M-07 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. 4. ASTM A496/A496M - Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. 5. ASTM A497/A497M - Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. Concrete Reinforcing 032000-1 LNV 6. ASTM A615/A615M - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 7. ASTM A704/A704M - Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement. 8. ASTM A706/A706M - Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 9. ASTM A767/A767M - Standard Specification for Zinc -Coated (Galvanized) Steel Bars for Concrete Reinforcement. 10. ASTM A775/A775M - Standard Specification for Epoxy -Coated Steel Reinforcing Bars. 11. ASTM A884/A884M - Standard Specification for Epoxy -Coated Steel Wire and Welded Wire Reinforcement. 12. ASTM A934/A934M - Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars. 13. ASTM A996/A996M — Standard Specification for Rail -Steel and Axle -Steel Deformed Bars for Concrete Reinforcement. C. American Welding Society: 1. AWS D1.4 - Structural Welding Code - Reinforcing Steel. D. Concrete Reinforcing Steel Institute: 1. CRSI - Manual of Standard Practice. 2. CRSI - Placing Reinforcing Bars. 1.4 SUBMITTALS A. Shop Drawings: Indicate bar size, spacing, location, and quantity of reinforcing steel or welded wire fabric, bending and cutting schedules, and supporting and spacing. B. Certificates: Submit AWS qualification certificate for welders employed on the Work. C. Manufacturer's Certificate: 1. Submit certified copies of mill test report of reinforcement materials analysis. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with CRSI - Manual of Standard Practice, ACI 301 and/or ACI 318. B. Prepare shop drawings in accordance with ACI SP -66. C. Perform Work in accordance with TxDOT Standard Specification Item 440 "Reinforcing Steel", as modified herein. D. Maintain one copy of each document on site. 1.6 QUALIFICATIONS A. Welders: AWS qualified within previous 12 months. Concrete Reinforcing 032000-2 LNV 1.7 COORDINATION A. Coordinate with placement of formwork, formed openings and other Work. PART 2 PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A6151A615M, 60 ksi yield grade, deformed billet bars, uncoated finish. B. Welded Plain Wire Fabric: ASTM A1851A185M; in flat sheets; unfinished. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type, unfinished. B. Chairs, Bolsters, Bar Supports, and Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor retarder puncture. C. Special Chairs, Bolsters, Bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces: Plastic -coated steel hot -dip galvanized metal spacers with plastic tips, Stainless steel or plastic spacers type; size and shape to meet Project conditions. 2.3 FABRICATION A. Fabricate concrete reinforcement in accordance with CRSI Manual of Practice and ACI 318. B. Form standard hooks for 180 degree bends, 90 degree bend, stirrup and tie hooks, and seismic hooks as indicated on Drawings. C. Reinforcing shall be bent cold, true to the shapes indicated on the drawings. Bending shall preferably be done in the shop. D. Irregularities in bending shall be cause for rejection. E. Form reinforcement bends with minimum diameters in accordance with ACI 318. F. Fabricate column reinforcement with offset bends at reinforcement splices. G. Form spiral column reinforcement from minimum 3/8 inch diameter continuous deformed bar or wire. H. Form ties and stirrups from the following: 1. For bars No. 10 and Smaller: No. 3 deformed bars. 2. For bars No. 1l and Larger: No. 4 deformed bars. Concrete Reinforcing 032000-3 LNV I. Locate reinforcement splices not indicated on Drawings, at point of minimum stress. Submit location of splices to Engineer for review and approval. 1. Refer to TxDOT Standard Specification Item 440, Article 440.2.E for nomenclature. PART 3 EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position beyond specified tolerance. 1. Do not weld crossing reinforcement bars for assembly. 2. Unless otherwise shown on the drawings, dimensions shown for reinforcing bars are out to out of steel. 3. All reinforcing steel shall be tied at all intersections. Where spacing is less than one foot in each direction, tie every other intersection. 4. Reinforcing steel shall be supported and tied in such a manner as to provide a sufficiently rigid cage of steel. 5. If the cage is not adequately supported to resist settlement or floating upward of the steel, over -turning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. 6. Sufficient measurements shall be made during concrete placement to insure that the reinforcement remains in the proper position. B. Do not displace or damage vapor retarder. C. Accommodate placement of formed openings. Check drawing requirements (plans, sections and details) for additional reinforcing steel at all openings. D. Space reinforcement bars with minimum clear spacing in accordance with ACI 318 of one bar diameter, but not less than 1 inch. 1. Where bars are indicated in multiple layers, place upper bars directly above lower bars. For cast -in-place concrete, maintain concrete cover around reinforcement in accordance with ACI 318 as follows: Reinforcement Location Minimum Concrete Cover Concrete cast against and permanently exposed to earth 3 inches Concrete exposed to earth or weather No. 6 bars and larger 2 inches No. 5 bars and smaller 1-112 inches Concrete not exposed to weather or in contact with ground; slabs, walls &joists No. 14 bars and larger 1-112 inches No. 11 bars and smaller 3/4 inches Concrete Reinforcing 032000-4 LNV Beams and Columns 1-112 inches Shell and Folded Plate Members No. 6 bars and larger 3/4 inch No. 5 bars and smaller 1/2 inch F. Minimum concrete cover over reinforcement shall be as specified in the table above unless specifically noted otherwise on the "Issued for Construction" drawings. Splice reinforcing where indicated on Drawings and in accordance with splicing device manufacturer's instructions. G. Development and splices of reinforcing steel shall be in accordance with ACI 318 H. When placed in the work, reinforcement shall be free from dirt, grease, oil, concrete laitance or other foreign matter prior to concrete placement. I. Reinforcing shall be free from injurious defects such as cracks and laminations. 7. Install additional top and bottom comer bars, same size and quantity as the beam, footing or wall reinforcing, shown on the drawings and at all beam corners and interior/exterior beam, footing or wall intersections. K. Unless noted otherwise, comer or intersection bar lap lengths shall be a minimum of 40 bar diameters in both directions. 3.2 STORING A. Steel reinforcing shall be stored above the surface of the ground upon platforms, skids or other supports and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. 3.3 ERECTION TOLERANCES A. Install reinforcement within the following tolerances for flexural members, walls, and compression members: Reinforcement Depth Depth Tolerance Concrete Cover Tolerance Greater than 8 inches plus or minus 3/8 inch minus 3/8 inch Less than 8 inches plus or minus 1/2 inch minus 1/2 inch B. Install reinforcement within the tolerances specified in ACI 530.1 for foundation walls. 3.4 FIELD QUALITY CONTROL A. The contractor shall implement a quality control plan to ensure that the reinforcing size, type, finish, spacing, cover, splicing, material and placement are in accordance with the "Issued for Construction" drawings. Concrete Reinforcing 032000-5 LNV B. If the project requires reinforcing inspections, no concrete shall be deposited until the engineer has inspected the reinforcing steel and has given permission to proceed with concrete placement. Notify the engineer a minimum of 48 hours prior to the planned concrete pour. C. The contractor shall provide free access to Work and cooperate with the engineer or engineer's appointed inspector. END OF SECTION Concrete Reinforcing 03 20 00 - 6 LNV SECTION 03 30 00 CAST -IN-PLACE CONCRETE PART 1 GENERAL 1.1 SUMMARY A. Section includes east -in-place concrete for the following: 1. Building frame members. 2. Shear walls, elevator shafts, and foundation walls. 3. Supported slabs and slabs on grade. 4. Control and expansion joints. 5. Equipment pads. 6. Light pole and flagpole bases. 7. Thrust blocks. 8. Manholes and junction boxes. 9. Drainage inlets. 10. Headwalls and wingwalls. 11. Retaining walls. 12. Sidewalks and curb ramps. 13. Driveways. 14. Curbs and curb and gutter. 15. Concrete riprap. B. Related Sections: 1. Section 03 10 00 - Concrete Forming and Accessories. 2. Section 03 20 00 - Concrete Reinforcing. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Cast -in-place concrete shall not be measured and paid for separately; it shall be subsidiary to other items of work. 1.3 REFERENCES A. American Concrete Institute: 1. ACI CT - Concrete Terminology. 2. ACI 301 - Specifications for Structural Concrete. 3. ACI 305 - Hot Weather Concreting. 4. ACI 306.1 - Standard Specification for Cold Weather Concreting. 5. ACI 308.1 - Standard Specification for Curing Concrete. 6. ACI 309R - Guide for Consolidation of Concrete. 7. ACI 318 - Building Code Requirements for Structural Concrete. 8. ACI 347 - Guide to Formwork for Concrete. B. ASTM International: 1. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. Cast -In -Place Concrete 033000-1 LNV 2. ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 3. ASTM C33 - Standard Specification for Concrete Aggregates. 4. ASTM C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 5. ASTM C42 - Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 6. ASTM C78 - Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading). 7. ASTM C94 - Standard Specification for Ready -Mixed Concrete. 8. ASTM C109 - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 -in. Cube Specimens). 9. ASTM C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 10. ASTM C150 - Standard Specification for Portland Cement. 11. ASTM C172 - Standard Practice for Sampling Freshly Mixed Concrete. 12. ASTM C173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. 13. ASTM C192 - Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory. 14. ASTM 0231 - Pressure Meth 15. ASTM 0260 16. ASTM C330 17. ASTM C494 18. ASTM C496 Specimens. 19. ASTM C595 - Standard Specification for Blended Hydraulic Cements. 20. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 21. ASTM C685 - Standard Specification for Concrete Made By Volumetric Batching and Continuous Mixing. 22. ASTM C845 - Standard Specification for Expansive Hydraulic Cement. 23. ASTM C920 - Standard Specification for Elastomeric Joint Sealants. 24. ASTM C989 - Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. 25. ASTM C1017 - Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. 26. ASTM C1064 - Standard Test Method for Temperature of Freshly Mixed Hydraulic -Cement Concrete. 27. ASTM C1107 - Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink), 28. ASTM C1116 - Standard Specification for Fiber -Reinforced Concrete and Shotcrete. 29. ASTM C1157 - Standard Performance Specification for Hydraulic Cement. 30. ASTM 0218 - Standard Test Method for Water -Soluble Chloride in Mortar and Concrete. 31. ASTM C1240 - Standard Specification for Silica Fume Used in Cementitious Mixtures. 32. ASTM D994 - Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). Standard Test Method for Air Content of Freshly Mixed Concrete by the od. - Standard Specification for Air -Entraining Admixtures for Concrete. - Standard Specification for Lightweight Aggregates for Structural Concrete. - Standard Specification for Chemical Admixtures for Concrete. - Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Cast -In -Place Concrete 033000-2 LNV 33. ASTM DI751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 34. ASTM D1752 - Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 35. ASTM D6690 - Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements. 36. ASTM E96 - Standard Test Methods for Water Vapor Transmission of Materials. 37. ASTM E119 - Standard Test Methods for Fire Tests of Building Construction and Materials. 38. ASTM E154— Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Walls, or as Ground Cover. 39. ASTM E1643 - Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill under Concrete Slabs. 40. ASTM E1745 - Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs. C. Concrete Reinforcing Steel Institute: 1. CRSI Design Handbook. D. South Coast Air Quality Management District: 1. SCAQMD Rule 1168 - Adhesive and Sealant Applications. 1.4 PERFORMANCE REQUIREMENTS A. Vapor Barrier Permeance: Maximum 0.01 Penns (grains/ft2 * hr * in.Hg) when tested in accordance with ASTM E961E96M, desiccant method or water method. 1. Maintain permeance of less than 0.01 Perms (grainslft2 * hr * in.Hg) after mandatory conditioning tests per ASTM E154 Sections 8, 11, 12, and 13. 1.5 SUBMITTALS A. Product Data: Submit data on manufactured products, admixtures and vapor barrier. B. Design Data: 1. Submit concrete mix design for each concrete strengthlclass indicated on Drawings a minimum of fifteen days prior to concrete placement. Submit separate mix designs when admixtures are required for the following: a. Hot and cold weather concrete work. b. Air entrained concrete work. 2. Identify mix ingredients, including type, brand, source and proportions of cement, fly ash, and admixtures, as well as aggregate gradation and chemical composition. Also include applicable reference specifications and copies of test reports showing that the mix has been successfully tested to produce concrete with the properties specified and will be suitable for job conditions. 3. Admixtures shall not contain chloride ions. C. Certificate of Compliance: Submit to the Engineer for approval for each strengthlclass of concrete indicated on Drawings: 1. Aggregates 2. Admixtures Cast -In -Place Concrete 033000-3 LNV 3. Cement 4. Fly Ash 5. Epoxy Grout D. Obtain approval by Engineer before concrete placement. E. Manufacturer's Installation Instructions: Submit installation procedures and interface required with adjacent Work. 1.6 CLOSEOUT SUBMITTALS A. Project Record Documents: Accurately record actual locations of embedded utilities and components concealed from view in finished construction. 1.7 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301 and 318. B. Conform to ACI 305 when concreting during hot weather. C. Conform to ACI 306.1 when concreting during cold weather. D. Acquire cement and aggregate from one source for Work. E. Maintain one copy minimum of each document on site. 1.8 DELIVERY A. Do not deliver concrete until forms, reinforcement, embedded items, and chamfer strips are in place and ready for concrete placement and Engineer's inspection has been completed satisfactorily. B. Packing and Shipping: 1. Deliver and store packaged materials in original containers until ready for use. 1.9 ENVIRONMENTAL CONDITIONS A. Maintain concrete temperature after installation at minimum 50 degrees F for minimum 7 days. B. Maintain high early strength concrete temperature after installation at minimum 50 degrees F for minimum 3 days. C. Concrete temperature at time of delivery shall not exceed 85 degrees F. Any temperature above this will not be accepted. Measures shall be taken to ensure proper temperature at time of placement. Cast -In -Place Concrete 033000-4 LNV 1.10 COORDINATION A. Coordinate placement of joint devices, sleeves, penetrations, openings, conduits, piping, etc. with erection of concrete formwork and placement of form accessories. PART 2 PRODUCTS 2.1 CONCRETE A. Consistency of concrete mixtures shall be such that: 1. The mortar will cling to the coarse aggregate. 2. The aggregates will not segregate in the concrete when it is transported to the place of deposit. 3. The concrete, when dropped directly from the discharge chute of the mixer, will flatten out at the center of the pile, but the edge of the pile will stand and not flow. 4. The concrete and mortar will show no free water when removed from the mixer. 5. The concrete will slide and not flow into place when transported in metal chutes at an angle of thirty (30) degrees with the horizontal. 6. The surface of the finished concrete will be free of a surface film of "laitance". 2.2 CONCRETE MATERIALS A. Cement: ASTM C150, Type I — Normal Portland type. B. Site Mixed Cement 1. Cement used to make concrete shall be as indicated above. 2. Cement shall be of a standard brand manufactured by a reputable firm. 3. Only one brand of cement will be permitted unless otherwise authorized by the Engineer. 4. Each bag of cement shall be plainly marked with the name of the manufacturer and shall weigh no less than 94 pounds net. 5. Cement must be in good condition at the time it is delivered and it shall be properly protected against dampness after delivery. 6. No cement will be accepted which has become caked. C. Normal Weight Aggregates: ASTM C33. 1. The source of supply of fine and coarse aggregates shall be approved by the Engineer before any material is delivered. If required, samples of the fine or coarse aggregates shall be submitted to the Engineer for approval. 2. Each sample shall be accompanied by complete information as to the source, name of producer, capacity and type of plant. D. Lightweight Aggregate: ASTM C330. 1. Coarse Aggregate Maximum Size: In accordance with ACI 318. E. Water: ACI 318; potable, without deleterious amounts of chloride ions, oils, acids, alkali, salts, organic material or other substances that may be deleterious to concrete or steel. Cast -In -Place Concrete 033000-5 LNV 2.3 ADMIXTURES A. Manufacturers: 1. BASF Construction Chemicals - Building Systems. 2. Euclid Chemical Company (The); an RPM company. 3. Grace Construction Products; W.R. Grace & Co. -- Conn. 4. Sika Corporation. 5. Substitutions: Permitted. Contractor to submit substitutions to Engineer for review and approval. B. Air Entrainment: ASTM 0260. C. Chemical: ASTM C494. 1. Type A - Water Reducing. 2. Type D - Water Reducing and Retarding. 3. Type F - Water Reducing, High Range. 4. Type G - Water Reducing, High Range and Retarding. D. Fly Ash: ASTM C618; Class F; 25% of cementitious materials by weight, maximum. E. Silica Fume: ASTM C1240. F. Plasticizing: ASTM C1017 1. Drilled piers; walls and columns where reinforcing steel is congested and additional fluidity is required in concrete mix without adding water: Type I, plasticizing 2. Drilled piers utilizing temporary casing: Type II, plasticizing and retarding. G. Prohibited admixtures include calcium chloride, thiocyanates, and all admixtures that contribute free chloride ion in excess of 0.1% by weight of cement. 2.4 ACCESSORIES A. Bonding Agent: Polymer resin emulsion, Polyvinyl Acetate, Latex emulsion, or two -component modified epoxy resin. 1. Manufacturers: a. Euclid Chemical Company (The); an RPM company. b. Meadows. W.R. Inc. c. QUIKRETE. d. Sika Corporation. e. Substitutions: Permitted. Contractor to submit substitutions to Engineer for review and approval. B. Vapor Barrier: ASTM E1745 Class A; 15 mil thick extruded polyolefin membrane; type recommended for below grade application. Furnish joint tape recommended by manufacturer. 1. Manufacturers: a. Stego Wrap by Stego Industries. LLC. b. VaporGuard by Griffolyn. c. Zero -Perm by Alumiseal. d. Substitutions: Not Permitted. Cast -In -Place Concrete 033000-6 LNV C. Non -Shrink Grout: ASTM C1107; premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28 days. 1. Manufacturers: a. Euclid Chemical Company (The); an RPM company. b. QUIKRETE. c. Sika Corporation. d. Substitutions: Permitted. Contractor to submit substitutions to Engineer for review and approval. D. Curing Compound: 1. A curing compound, which may be sprayed on the surface of the concrete to prevent evaporation of moisture, may be used with the Engineer's prior approval. This curing compound must be compatible with the sealer. 2.5 JOINT DEVICES AND FILLER MATERIALS A. Construction Joint Devices: Not Applicable. B. Expansion Joint Filler Material: 1. Joint Filler Type A: ASTM D994; Asphalt impregnated fiberboard or felt; thickness as specified on Drawings; tongue and groove profile. C. Sealant: ASTM C920, elastomeric, self -leveling polyurethane sealant or as indicated on Drawings. 2.6 CONCRETE MIX A. Select proportions for concrete in accordance with ACI 318 trial mixtures or field experience. B. Provide structural concrete to the following criteria, unless indicated otherwise on Structural Series Drawings: Minimum Compressive Strength (f10 28 -day (psi) Max. Aggregate Size (in) Slump (in) Cement Type Maximum Water -Cement Ratio Types of Structures 3000 1 1/2 6 +1- I Type I Normal 0.5 drilled piers, underream piers 4000 1 4 +1- 1 Type 1 Normal 0.45 spread footings and pedestals, mat foundations, columns -IA)4yn 7'4 4 +1- 1 Type I Normal 0.45 slab on grade foundations, suspended slabs, Cast -In -Place Concrete 033000-7 LNV C. Provide concrete to the following criteria, unless indicated otherwise on Civil Series Drawings: Class of Concrete Minimum Cement Content (sacks/CY) Minimum Compressive Strength (f 'C) 28 -day (psi) Minimum Flexural (Beam) Strength (f1) 7 -day (psi) Maximum Water -Cement Ratio (gal./sack) (wt. ratio) beams, roof slabs, walls, retaining walls 4:0) 1 4 +1- 1 Type I Normal with Microsilica 0.42 bulkhead caps, concrete at marine structures C. Provide concrete to the following criteria, unless indicated otherwise on Civil Series Drawings: Class of Concrete Minimum Cement Content (sacks/CY) Minimum Compressive Strength (f 'C) 28 -day (psi) Minimum Flexural (Beam) Strength (f1) 7 -day (psi) Maximum Water -Cement Ratio (gal./sack) (wt. ratio) Types of Structures 5.0 3000 N/A 6.5 0.5 R driveways, sidewalks, curb & gutter, header curbs, curb ramps, curb inlets, valley gutters, storm water manholes, collars for manholes and valves, manhole footings, sign post and fence post footings, channel lining, riprap, safety end treatment, thrust blocks and bollards Li -1. 0I } \ A s. () 0, -1 concrete cradle for Class A pipe bedding, concrete pipe collar for RCP C f a \IA 6.0 0 53 east -in-place reinforced concrete box (RCB) culverts (except top slab for direct traffic culverts), headwalls, wingwalls, aprons for box culverts, grate inlets, post inlets, junction boxes, low flow Cast -In -Place Concrete 033000-8 LNV D. Slump requirements for concrete detailed on Civil Series Drawings shall be in accordance with Table 8 of TxDOT Item 421, unless indicated otherwise on Drawings. E. The maximum slump may be increased as specified with the addition of an approved admixture provided that the water/cement ratio is not exceeded. The Contractor shall be held responsible for the concrete being within the permissible ranges of slump. F. Admixtures: Include admixture types and quantities indicated in concrete mix designs only when approved by Engineer. 1. Use accelerating admixtures in cold weather. Use of admixtures will not relax cold weather placement requirements. 2. Do not use calcium chloride or admixtures containing calcium chloride. 3. Use set retarding admixtures during hot weather. 4. Add air entrainment admixture to concrete mix for work exposed to freezing and thawing or deicing chemicals. 5. For concrete exposed to deicing chemicals, limit fly ash, pozzolans, silica fume, and slag content as required by applicable code. G. Average Compressive Strength Reduction: Not permitted. H. Ready Mixed Concrete: Mix and deliver concrete in accordance with ASTM C94/C94M. 1. When a truck mixer is used for delivery of concrete, no water from the truck water system or elsewhere shall be added after the initial introduction of the mixing water, except when on arrival at the job site the slump of the concrete is less than that specified. 2. Certification: The manufacturer of the concrete shall furnish to the Contractor with each batch of concrete before unloading at the site, a delivery ticket on which is printed, stamped, or written the following information: a. Name of ready mix batch plant. b. Serial number of ticket. c. Date and truck number. d. Name of Contractor. e. Designation of job. f. Class or designation of concrete. g. Amount of concrete (cubic yards). h. Time loaded. i. Water added by receiver of concrete and his initials. Cast -In -Place Concrete 033000-9 channel sections, east -in-place bridge abutments and interior bents, concrete parapets ti 6.5 4000 570 5.f: 0.45 cast -in-place top slab for direct traffic culverts, cast -in- place bridge slabs P 5.5 4400 570 5.0 0.45 concrete pavement D. Slump requirements for concrete detailed on Civil Series Drawings shall be in accordance with Table 8 of TxDOT Item 421, unless indicated otherwise on Drawings. E. The maximum slump may be increased as specified with the addition of an approved admixture provided that the water/cement ratio is not exceeded. The Contractor shall be held responsible for the concrete being within the permissible ranges of slump. F. Admixtures: Include admixture types and quantities indicated in concrete mix designs only when approved by Engineer. 1. Use accelerating admixtures in cold weather. Use of admixtures will not relax cold weather placement requirements. 2. Do not use calcium chloride or admixtures containing calcium chloride. 3. Use set retarding admixtures during hot weather. 4. Add air entrainment admixture to concrete mix for work exposed to freezing and thawing or deicing chemicals. 5. For concrete exposed to deicing chemicals, limit fly ash, pozzolans, silica fume, and slag content as required by applicable code. G. Average Compressive Strength Reduction: Not permitted. H. Ready Mixed Concrete: Mix and deliver concrete in accordance with ASTM C94/C94M. 1. When a truck mixer is used for delivery of concrete, no water from the truck water system or elsewhere shall be added after the initial introduction of the mixing water, except when on arrival at the job site the slump of the concrete is less than that specified. 2. Certification: The manufacturer of the concrete shall furnish to the Contractor with each batch of concrete before unloading at the site, a delivery ticket on which is printed, stamped, or written the following information: a. Name of ready mix batch plant. b. Serial number of ticket. c. Date and truck number. d. Name of Contractor. e. Designation of job. f. Class or designation of concrete. g. Amount of concrete (cubic yards). h. Time loaded. i. Water added by receiver of concrete and his initials. Cast -In -Place Concrete 033000-9 LNV j. Type, name and amount of admixture. I. Site Mixed Concrete: Mix concrete in accordance with ACI 318. 3. Mortar Mixes for Concrete Finishes: 1. Mortar Mix for F4 Finish: Consist of 1 part cement and 1-1/2 parts fine sand passing Number 100 screen, mixed with enough water and emulsified bonding agent to have consistency of thick cream. 2. Mortar Mix for F5 Finish: Consist of 1 part cement to 1-1/2 parts of sand which passes Number 16 screen. PART 3 EXECUTION 3.1 EXAMINATION A. Verify requirements for concrete cover over reinforcement. B. Verify anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not interfere or move from position with placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. Remove laitance, coatings, and unsound materials. B. In locations where new concrete is doweled to existing work, drill holes in existing concrete, insert steel dowels and epoxy as indicated on Drawings. C. Remove debris and ice from formwork, reinforcement, and concrete substrates. D. Remove water from areas receiving concrete before concrete is placed. E. Before beginning work, the contractor shall inform the Engineer fully on the methods of construction, which he proposes to follow, including the amount and character of the equipment which he plans to use on the work. F. Contractor is responsible for the safety and correctness of his method of construction, and for the adequacy of his equipment to carry out and complete the work in accordance with the contract documents. Concurrence on the part of the Engineer in any proposed method of construction, approval of equipment or the approval of concrete form plans shall not be considered as relieving the Contractor of his responsibility to provide for the safety of workers and the public. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 318. B. Notify testing laboratory and Engineer minimum 48 hours prior to commencement of operations. Engineer shall be permitted to inspect the forms, reinforcing steel placement and the preparations Cast -In -Place Concrete 03 30 00 - 10 LNV for placing the concrete with ample time for Contractor to correct any and all noted deficiencies before concrete arrives on site. C. The Contractor shall be responsible for the protection of all concrete placed under any and all weather conditions. D. Ensure reinforcement, inserts, embedded parts, formed expansion and contraction joints, and other cast -in items are not disturbed during concrete placement. E. When it is necessary to continue mixing, placing and finishing concrete after daylight hours, the work area shall be brilliantly lighted so that all operations are plainly visible. F. In general, concrete placing shall be so regulated that all finishing will be completed during daylight hours. G. Install vapor barrier under interior slabs on grade in accordance with ASTM E 1643. Lap joints and seal watertight in accordance with manufacturer's installation instructions. H. Repair vapor barrier damaged during placement of reinforcing steel. Repair with vapor barrier material; lap over damaged areas and seal watertight in accordance with manufacturer's installation instructions. I. Apply sealants in joints in accordance with Section 07 90 00. J. Deposit concrete as nearly as practical in its final position. Prevent segregation of mix. K. Concrete placed with a tremie pipe shall not be allowed to free fall more than 6 feet, with the exception of concrete piers. L. Place concrete in continuous operation for each panel or section determined by predetermined joints. M. Consolidate concrete immediately after placing by use of internal concrete vibrators supplemented by hand spading, rodding and tamping. 1. Air entrained concrete shall not be vibrated for more than 12 seconds. 2. Vibrators shall not be used to transport concrete inside forms. 3. The vibrating equipment shall at all times be adequate in number of units and power to properly consolidate all concrete. 4. Duration of vibration shall be limited to time necessary to produce satisfactory consolidation without causing objectionable segregation. 5. Vibrators shall be applied at uniformly spaced points not farther apart than the visible effectiveness of the machine. 6. Where conditions make consolidation difficult or where reinforcement is congested, batches of mortar containing the same proportions of cement, sand, and water used in the concrete shall first be deposited in the forms to a depth of at least one inch. N. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. Cast -In -Place Concrete 03 30 00 - 11 LNV O. Place concrete continuously between predetermined expansion, control, and construction joints. P. Do not interrupt successive placement between planned/approved joint locations; do not permit cold joints to occur. 1. A cold joint, as defined by ACI CT, is a joint or discontinuity resulting from a delay in placement of sufficient duration to preclude intermingling and bonding of the material. Q. Place floor slabs in saw -cut pattern as indicated on Drawings. R. Contractor shall submit construction joint placement plans for Engineer approval prior to placing concrete. S. Saw cut joints within 8 hours after placing. Use 3/16 inch thick blade, cut into 1/4 depth of slab thickness or 3/4 inch minimum, whichever is greater, or as specified on Drawings. T. Screed floors and slabs on grade level, maintaining surface flatness of maximum 1/8 inch in 10 ft. 3.4 TRANSPORTING REQUIREMENTS A. Concrete mixed in stationary mixers or paving mixers and transported by non -agitating equipment shall be placed in the forms within 45 minutes from the time ingredients are charged into the mixing drum. B. Concrete that is truck mixed or transported in truck mixers or truck agitators shall be delivered to the site of the work and discharge completed in the forms within the time specified in ASTM C94. C. Transit -mixed concrete that is completely mixed at the site of concrete placement or batched cement and aggregates transported to mixers shall be placed in forms within 90 minutes after cement has been added. D. Concrete shall be placed in forms within 15 minutes after discharge from the mixer at the job site. 3.5 CONCRETE FINISHING — DESCRIPTION A. Cement for Finishes: 1. Addition of white cement may be required to produce finish which matches color of concrete to be finished. B. Vertical Concrete Surfaces: Use following finishes for vertical concrete surfaces as indicated in section "Concrete Finishing — Application": 1. F1 Finish: No special treatment other than repair defective work and fill depressions 1 inch or deeper and tie holes with mortar after removal of curing membrane. 2. F2 Finish: No special treatment other than repair defective work, remove fins, fill depressions 1/2 inch or deeper and tie holes with mortar after removal of curing membrane. 3. F3 Finish: Repair defective work, remove fins, offsets, and curing membrane, and grind projections smooth. Fill depressions 1/4 inch or larger in depth or width and tie holes with mortar after removal of curing membrane. 4. F4 Finish: Cast -In -Place Concrete 03 30 00 - 12 LNV a. Same as specified for F3 fmish, and in addition fill depressions and holes 1/16 inch or larger in width with mortar. b. `Brush -Off' sandblast surfaces prior to filling holes to expose all holes near surface of the concrete. c. Thoroughly wet surfaces and commence filling of pits, holes, and depressions while surfaces are still damp. d. Perform filling by rubbing mortar over entire area with clean burlap, sponge rubber floats, or trowels. e. Do not let any material remain on surfaces, except that within pits and depressions. f. Wipe surfaces clean and moist cure. 5. F5 Finish: Receive same fmish specified for F3 Finish, and in addition, receive special stoned finish in accordance with the following requirements: a. Remove forms and perform required repairs, patching, and pointing as specified in this Section. b. Wet surfaces thoroughly with brush and rub with hard wood float dipped in water containing 2 pounds of Portland cement per gallon. c. Rub surfaces until form marks and projections have been removed. d. Spread grindings from rubbing operations uniformly over surface with brush in such manner as to fill pits and small voids. e. Moist cure brushed surfaces and allow to harden for 3 days: 1) After curing, obtain final fmish by rubbing with carborundurn stone of approximately Number 50 grit until entire surfaces have smooth texture and uniform color. 2) Continue curing for remainder of specified time. f. If any concrete surface is allowed to become too hard to finish in above specified manner, sandblast and wash related surfaces exposed to view, whether finished or not. 1) While still damp, rub over surface, plastic mortar, as specified for brushed surfaces and handstoned with Number 60 grit carborundurn stone, using additional mortar for brushed surfaces until surface is evenly filled without excess of mortar. 2) Continue stoning until surface is hard. 3) After moist curing for 3 days, make surface smooth in texture and uniform in color by use of Number 50 or Number 60 carborundum stone. 4) After stoning, continue curing until 7 day curing period is completed. C. Horizontal Concrete: After proper and adequate vibration and tamping, use following finishes for horizontal concrete surfaces as indicates in section "Concrete Finishing—Application": 1. S 1 Finish: Screed to grade and leave without special finish. 2. S2 Finish: Smooth steel trowel finish. 3. S3 Finish: Steel trowel finish free from trowel marks. Provide smooth finish free of all irregularities. 4. S4 Finish: Steel trowel finish, without local depressions or high points, followed by a light hairbroorn finish. Do not use stiff bristle brooms or brushes. Perform browning parallel to slab drainage. Provide resulting fmish that is rough enough to provide nonskid finish. Finish shall be subject to review and acceptance by the Owner and/or Engineer. 5. S5 Finish: Nonslip abrasive: After concrete has been screeded level and hardened enough to support a man standing on a board, sprinkle abrasive from shake screen into surface at a uniform rate of 25 pounds for each 100 square feet of surface area, wood float into finish, then trowel abrasive into surface with steel trowel properly exposing abrasive in surface as required to provide non slip surface. Cast -In -Place Concrete 03 30 00-13 LNV 3.6 CONCRETE FINISHING - APPLICATION A. Finish concrete surfaces as indicated on the Drawings. Where not specified or indicated on the Drawings, finish surfaces as follows: 1. F4 Finish for Following Vertical Surfaces: a. Concrete surfaces specified or indicated to be painted. b. Concrete surfaces, interior or exterior, exposed to view. 2. Surfaces in Open Channels, Basins, and Similar Structures: a. F3 Finish for vertical surfaces which are normally below water surface. b. F4 Finish for vertical surfaces located above normal water surface and exposed to view. c. Remove fins and fill tie holes from concrete surfaces located in closed boxes or channels where there is normally no access or passageway. 3. S4 Finish for Following Surfaces: a. Exterior walkways. b. Tops of exterior walls or beams which are to serve as walkways. c. Tops of exterior walls or beams which are to support gratings. 4. S3 Finish for Following surfaces: a. Building and machine room floors which are not covered with surfacing material: Provide floors that are free from trowel marks. 5. S2 Finish for Following Surfaces: a. Tops of corbels. b. Tops of walls and beams not covered above in S4 Finish. c. Tops of slabs not covered in 51 Finish below. d. All other surfaces not specified to be finished otherwise. 6. S1 Finish for Following Surfaces: a. Basin bottoms to which layer of grout is to be applied. b. Projecting footings which are to be covered with dirt. c. Slab surfaces which are to be covered with concrete fill. B. Concrete Floor Surfaces to which Surfacing Material is Applied 1. Finish smooth with tolerance within 1/8 inch in 10 feet in any direction from lines indicated on the Drawings. a. Wood float surfaces receiving quarry tile, ceramic tile or terrazzo with full bed setting system. b. Steel trowel surfaces receiving carpeting, resilient flooring, seamless flooring, thin set quarry tile, or thin set ceramic tile. C. In areas with floor drains, maintain floor elevation at walls; pitch surfaces uniformly to drains as indicated on drawings. D. Defects: Concrete with excessive honeycomb (including exposed steel reinforcing, cold joints, entrapped debris, separated aggregate, or other defects) which affect the serviceability or structural strength will be rejected, unless correction of defects is approved. Obtain approval of corrective action prior to repair. The surface of the concrete shall not vary more than the allowable tolerances of ACI 347. Exposed surfaces shall be uniform in appearance and finished as specified above. Cast -In -Place Concrete 03 30 00-14 LNV 3.7 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. 1. Protect concrete footings from freezing for minimum 5 days. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. Cure concrete in accordance with ACI 301, ACI 308.1 and ACI 318. C. Curing shall be continuous for a minimum of 7 days or until 70% of the specified compressive strength has been obtained. D. Contractor shall submit the curing method selected from those published in ACI 308.1 to the Engineer of Record for approval. 3.8 FIELD QUALITY CONTROL A. Field testing will be performed by an independent commercial testing laboratory, retained by the Owner at his expense, in accordance with ACI 318. 1. Two copies of all test reports shall be furnished directly to the Owner. B. Provide free access to Work and cooperate with appointed testing firm. C. Submit proposed mix design of each class of concrete to Engineer for review prior to commencement of Work. D. Concrete Inspections: 1. Continuous Placement Inspection: Inspect for proper installation procedures. 2. Periodic Curing Inspection: Inspect for specified curing temperature and procedures. E. Strength Test Samples: 1. Sampling Procedures: ASTM C172. 2. Cylinder Molding and Curing Procedures: ASTM C31, cylinder specimens, standard cured. 3. Sample concrete and make one set of four 6 -inch diameter by 12 -inch long test cylinders or five 4 -inch diameter by 8 -inch long test cylinders for every 50 cu yds or less of each class of concrete placed each day, or any fraction thereof. 4. When volume of concrete for any class of concrete would provide less than 5 sets of cylinders, take samples from five randomly selected batches, or from every batch when less than 5 batches are used. 5. Make one additional cylinder during cold weather concreting and field cure. F. Field Testing: 1. Slump Test Method: ASTM C143. 2. Air Content Test Method: ASTM C173 or ASTM C231. 3. Temperature Test Method: ASTM 01064. 4. Measure slump and temperature at commencement of concrete placement, for each compressive strength concrete sample, and for each batch (minimum) or every 10 cubic yards (maximum) of concrete. Cast -In -Place Concrete 03 30 00-15 LNV 5. Measure air content in air entrained concrete at commencement of concrete placement, for each compressive strength concrete sample, and for each batch (minimum) or every 10 cubic yards (maximum) of concrete. G. Cylinder Compressive Strength Testing: 1. Test Method: ASTM C39. 2. Test Acceptance: In accordance with ACI 318. 3. Test one cylinder at 7 days. 4. Test two 6 -inch diameter by 12 -inch long cylinders or three 4 -inch diameter by 8 -inch long cylinders at 28 days. 5. Retain one cylinder for testing when requested by Engineer. 6. Dispose of remaining cylinders when testing is not required. H. Core Compressive Strength Testing: 1. Sampling and Testing Procedures: ASTM C42. 2. Test Acceptance: In accordance with ACI 318. 3. Drill three cores for each failed strength test from concrete represented by failed strength test. I. Water Soluble Chloride Ion Concentration Test Method: ASTM C1218; tested at 28 days. 1. Maximum Concentration: As permitted by applicable code. J. Maintain records of concrete placement. Record date, location, quantity, air temperature and test samples taken. 3.9 DEFECTS A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Concrete with honeycomb (including exposed steel reinforcing, cold joints, entrapped debris, separated aggregate, or other defects) which affects the serviceability or structural strength will be rejected, unless correction of defects is approved. Obtain approval of corrective action prior to repair. 1. As described in ACI 309R, honeycomb occurs when the mortar does not fill the space between the coarse aggregate particles and when it shows on a surface, it is necessary to chip out the area and make a repair. C. The surface of the concrete shall not vary in alignment more than the allowable tolerances of ACI 347. D. Exposed surfaces shall be uniform in appearance and finished as specified in the "Concrete Finishing" paragraphs above. E. Patch imperfections as directed by Engineer. 3.10 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, design strength, tolerances or specified requirements. Cast -In -Place Concrete 03 30 00 - 16 LNV B. Repair or replacement of defective concrete will be determined by Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Engineer for each individual area. D. Failure to Meet Strength Requirements: 1. The Engineer shall have the right to require changes in proportions, or to require additional curing on those portions of the structure represented by the test specimens, which failed. 2. If additional curing does not give the strength required, the Engineer shall have the right to require strengthening or removal and replacement of those portions which fail to develop required strength. 3. Specimens will be considered to have failed when average strength for any period of placing is less than values indicated in the following table: No. Days Consecutive Placing of Percent of Strength Specified Any One Class of Concrete 1 85 295 3 195 5 or more 100 4. When additional curing of portions of the structure is ordered by the Engineer, it shall be done at Contractor's expense and no claim for extra compensation for such additional curing shall be allowed. 5. In no case shall the Contractor be required to provide such additional curing beyond a total of 21 days, except where average strength of specimens, representing concrete placed on any three consecutive days, fall below 80% of the value specified in the "Concrete Mix" section of this specification. In this case, curing shall be continued until cores drilled from portions of the structure involved show an average strength equal to that specified in the "Concrete Mix" section of this specification. Cores shall have a diameter of approximately three times the maximum size aggregate and shall be tested in accordance with ASTM C42.. END OF SECTION Cast -In -Place Concrete 03 30 00-17 This page intentionally left blank LNV SECTION 0512 00 STRUCTURAL STEEL FRAMING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Structural shapes. 2. Channels and angles. 3. Hollow structural sections. 4. Structural pipe. 5. Structural plates and bars. 6. Floor plates. 7. Bolts, connectors, and anchors. 8. Grout. B. Work Included: Work consists of furnishing all labor, material, and equipment necessary for completion of the following work: 1. Structural steel framing and support members, tension rods or cables, pipe columns, struts and braces complete with required braces, connection plates, welds, washers, bolts, nuts, shims, anchor bolts and templates. 2. Base plates, cap plates, and shear stud connectors. 3. Erecting, connecting, field welding and adjusting for plumb and level. 4. All other work normally related to the above, as shown on Contract Drawings, or specified under this section. C. Work Furnished but not Installed: 1. Anchor bolts, anchor bolt templates, loose bearing plates and embedded items installed under Division 3 and/or Division 4 sections. D. Definitions: 1. Structural Steel: That work defined in Section 2.1 of the AISC "Code of Standard Practice", as shown on the Contract Drawings and specified herein. E. Related Requirements: 1. Section 036000 - Grouting: Grout for setting base and bearing plates. 2. Section 055000 - Metal Fabrications: Steel fabrications affecting structural steel work. 1.2 REFERENCE STANDARDS A. American Institute of Steel Construction: 1. AISC 303 - Code of Standard Practice for Steel Buildings and Bridges. 2. AISC 341 - Seismic Provisions for Structural Steel Buildings. 3. AISC 360 - Specification for Structural Steel Buildings. B. American Society of Civil Engineers: Structural Steel Framing 051200-1 LNV 1. ASCE 19 - Standard Applications of Steel Cables for Buildings. C. ASTM International: 1. ASTM A36/A36M - Standard Specification for Carbon Structural Steel. 2. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc - Coated, Welded and Seamless. 3. ASTM A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold -Finished. 4. ASTM A123/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 5. ASTM A193/A193M - Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service. 6. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength. 7. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 8. ASTM A354 - Standard Specification for Quenched and Tempered Alloy Steel Bolts, Studs, and Other Externally Threaded Fasteners. 9. ASTM A449 - Standard Specification for Quenched and Tempered Steel Bolts and Studs. 10. ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 11. ASTM A500/A500M - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 12. ASTM A501 - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. 13. ASTM A514/A514M - Standard Specification for High -Yield -Strength, Quenched and Tempered Alloy Steel Plate, Suitable for Welding. 14. ASTM A529/A529M - Standard Specification for High -Strength Carbon -Manganese Steel of Structural Quality. 15. ASTM A563 - Standard Specification for Carbon and Alloy Steel Nuts. 16. ASTM A572/A572M - Standard Specification for High -Strength Low -Alloy Columbium - Vanadium Structural Steel. 17. ASTM A588/A588M - Standard Specification for High -Strength Low -Alloy Structural Steel with 50 ksi (345 MPa) Minimum Yield Point to 4 -in. (100 -mm) Thick. 18. ASTM A618/A618M - Standard Specification for Hot -Formed Welded and Seamless High - Strength Low -Alloy Structural Tubing. 19. ASTM A786/A786M - Standard Specification for Hot -Rolled Carbon, Low -Alloy, High- Sti ungth Low -Alloy, and Alloy Steel Floor Plates. 20. ASTM A847/A847M - Standard Specification for Cold -Formed Welded and Seamless High Strength, Low Alloy Structural Tubing with Improved Atmospheric Corrosion Resistance. 21. ASTM A852/A852M - Standard Specification for Quenched and Tempered Low -Alloy Structural Steel Plate with 70 ksi (485 MPa) Minimum Yield Strength to 4 in. (100 mm) Thick. 22. ASTM A913/A913M - Standard Specification for High -Strength Low -Alloy Steel Shapes of Structural Quality, Produced by Quenching and Self -Tempering Process (QST). 23. ASTM A992/A992M - Standard Specification for Structural Steel Shapes. 24. ASTM B695 - Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel. 25. ASTM E94 - Standard Guide for Radiographic Examination. 26. ASTM E164 - Standard Practice for Ultrasonic Contact Examination of Weldments. Structural Steel Framing 05 12 00 - 2 LNV 27. ASTM E165 - Standard Test Method for Liquid Penetrant Examination. 28. ASTM E709 - Standard Guide for Magnetic Particle Examination. 29. ASTM F436 - Standard Specification for Hardened Steel Washers. 30. ASTM F959 - Standard Specification for Compressible -Washer -Type Direct Tension Indicators for Use with Structural Fasteners. 31. ASTM F1554 - Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength. 32. ASTM F1852 - Standard Specification for Twist Off Type Tension Control Structural Bolt/Nut/Washer Assemblies, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 33. ASTM F2329 - Standard Specification for Zinc Coating, Hot -Dip, Requirements for Application to Carbon and Alloy Steel Bolts, Screws, Washers, Nuts, and Special Threaded Fasteners. D. American Welding Society: 1. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination. 2. AWS D1.1 - Structural Welding Code - Steel. E. Green Seal: 1. GC -03 -2nd Edition, January 7, 1997 - Anti -Corrosive Paints. F. Research Council on Structural Connections: 1. RCSC - Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts. G. SSPC: The Society for Protective Coatings: 1. SSPC - Steel Structures Painting Manual. 2. SSPC Paint 15 - Steel Joist Shop Paint. 3. SSPC Paint 20 - Zinc -Rich Primers (Type I - Inorganic and Type II - Organic). 4. SSPC SP 3 - Power Tool Cleaning. 5. SSPC SP 6 - Commercial Blast Cleaning. 6. SSPC SP 10 - Near -White Blast Cleaning. 1.3 COORDINATION A. Coordinate work with the following: 1. Section 05 50 00 for miscellaneous steel supports other than structural steel. B. Pre -Installation Conference: Schedule and attend a meeting prior to beginning steel erection at the site. 1.4 SUBMITTALS A. Shop Drawings: 1. Indicate profiles, sizes, spacing, locations of structural members, openings, attachments, and size and type of bolts. 2. Connections. Connections not detailed. 3. Cambers, loads, and clearances. 4. Indicate welded connections with AWS A2.4 welding symbols. State AWS pre -qualified weld designations for all types of groove welds used. Clearly indicate net weld lengths, sizes and welding sequences. B. Erection Drawings: Structural Steel Framing 051200-3 LNV 1. Submit erection drawings defining location of each assembly or piece within the structure a. Provide sufficient details to describe all field welding. b. Clearly identify all high strength bolts not required to be tensioned (a snug tight as defined by AISC). c. If drawings are submitted in multiple packages, each submittal shall be complete with all erection drawings, details, and piece drawings. d. Subsequent submittals of erection drawings which modify or add to earlier versions will be clearly marked. 2. Submit setting drawings for bolts and plates installed by others. a. Submit this information to the concrete contractor also so it may be utilized for installation of such items. C. Reproduction of the Contract Documents is not permitted. D. Manufacturer's Mill Certificate: Certify products meet or exceed specified requirements. E. Mill Test Reports: Submit indicating structural strength, and destructive and non-destructive test analysis. F. Welders Certificates: Certify welders employed on the Work, verifying AWS qualification within previous 12 months. G. Welding Procedure: Submit one copy welding procedure to Engineer of record and one copy to the testing agency for review. Welding procedures shall 'minimize distortions due to welding and through thickness stresses due to restraint of welding shrinkage. 1. Submit welding procedure specifications per AWS D1.1 for all groove welds. H. Contractor Requested Changes: 1. All contractor requests for substitutions of member sizes or material grades or modification of the strength or configuration of the structural framing for the Contractor's convenience, erection sequence, or construction equipment, shall be subject to the Owner's written approval. Additional costs for such changes shall be borne by the Contractor. 2. Contractor shall compensate the structural engineer of record to make these changes or review the design calculations of others and modify the construction documents. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with the following: 1. Structural Steel: AISC 303 ASIC 341 and AISC 360. 2. Architecturally Exposed Structural Steel: AISC 303, Section 10. 3. High Strength Bolted Connections: RCSC Specification for Structural Joints Using ASTM A325 or A490 Bolts. 4. Steel Cable Structures: ASCE 19. B. Unidentified Members: Structural steel members shown on plans but not identified as to size, section and/or material grade will be included in the bid price for the work by assuming sizes, sections and/or material grades, shown for similarly loaded members having approximately the same overall length. 1. All such members and their associated cost will be identified in the bid for the work. Structural Steel Framing 05 12 00 - 4 LNV 1.6 QUALIFiCATIONS A. Fabricator: Company specializing in performing Work of this section with minimum 5 years documented experience. B. Erector: Company specializing in performing Work of this section with minimum 5 years documented experience for projects of similar size. C. Shop Painter: Company specializing in performing Work of this section with minimum 5 years documented experience. D. Welders and Welding Procedures: AWS D1.1 qualified within previous 12 months. PART 2 PRODUCTS 2.1 STRUCTURAL STEEL A. Structural W -Shapes: ASTM A992/A992M, unless otherwise indicated on Contract Drawings. B. Structural M -Shapes: ASTM A36/A36M, unless otherwise indicated on Contract Drawings. C. Structural S -Shapes: ASTM A361A36M, unless otherwise indicated on Contract Drawings. D. Structural T -Shapes: Cut from structural W -shapes. E. Channels and Angles: ASTM A36/A36M, unless otherwise indicated on Contract Drawings. F. Round Hollow Structural Sections: ASTM A500/A500M, Grade B. G. Rectangular Hollow Structural Sections: ASTM A500/A500M, Grade B. H. Structural Pipe: ASTM A531A53M, Grade B., or ASTM A-501 excluding furnace butt welding. I. Structural Plates and Bars: ASTM A361A36M. Unless otherwise indicated on Contract Drawings. J. Floor Plates: ASTM A7861A786M; pattern as indicated on Contract Drawings. K. Sliding Bearing Plates: Teflon coated. L. Suspension Cable: wire rope as indicated on Contract Drawings. 2.2 BOLTS, CONNECTORS, AND ANCHORS A. Bolts: Heavy hex, structural type. 1. ASTM A325; Type 1, plain unless otherwise indicated on Contract Drawings, or Type 3, plain. 2. ASTM A490; Type 1 or 3, plain. B. Nuts: ASTM A563; heavy hex type. 1. Finish: Plain, unless otherwise indicated on Contract Drawings. Structural Steel Framing 051200-5 LNV C. Washers: ASTM F436; Type 1, circular. 1. Finish: Plain, unless otherwise indicated on Contract Drawings. D. Compressible -Washer -Type Direct Tension Indicators: ASTM F959; Type 325 unless otherwise indicated on Contract Drawings. 1. Finish: Mechanically galvanized, unless otherwise indicated on Contract Drawings. E. Tension Control Assemblies: ASTM F1852; Type 1, heavy hex head, twist off type; complete with washers and heavy hex nuts. 1. Finish: Finish: Unfinished, unless otherwise indicated on Contract Drawings. F. Shear Connectors: ASTM A108; 60 ksi ultimate stress; headed, unfinished and in accordance with AWS D1.1; Type B. G. Anchor Rods: ASTM FI554; Grade 55, weldable, unless otherwise indicated on Contract Drawings. 1. Shape: Headed, unless otherwise indicated on Contract Drawings. 2. Plate Washers: ASTM A36. H. Threaded Rods: ASTM A36, unless otherwise indicated on Contract Drawings. 1. Finish: Unfinished, unless otherwise indicated on Contract Drawings. Expansion Anchors: Wedge type with current ICC -ES approved and published ICC -ES Evaluation Report. Complete with required nuts, washers and manufacturer's installation instructions. Size and manufacturer as indicated on Contract Drawings. 1. Interior Use: Conditioned environments free from potential moisture; provide carbon steel anchors a. Finish: Zinc plating in accordance with ASTM B633, type III Fe/Zn 5 (SC1). 2. Exterior or Exposed Use: Exposed or potentially wet environments and attachment of exterior cladding materials; provide galvanized carbon steel conforming to ASTM A153 or stainless steel anchors. Stainless steel nuts shall conform to ASTM F594. a. Type: Galvanized, unless otherwise indicated on Contract Drawings. b. Nuts and washers shall match alloy group of anchor and shall have minimum proof stress equal to or greater than the specified minimum full-size tensile strength of the externally threaded fastener. c. Avoid installing stainless steel anchors in contact with galvanically dissimilar 'metals. 3. Where anchor manufacturer is not indicated, subject to compliance with requirements and acceptance by the Owner, provide one of the following: a. Kwik Bolt 3, ICC ESR -1385 and ESR -2302 — Hilti Fastening Systems b. Tmbolt, ICC ESR 2251 — ITW Red Head c. Wedge -All, ICC ESR -1396 — Simpson Strong -Tie J. Adhesive Anchors: Threaded carbon steel rod conforming to ASTM A36 complete with required nuts, washers, adhesive system and manufacturer's installation instructions. Current ICC -ES approval and published ICC -ES Evaluation Report required. Size and manufacturer as indicated on Contract Drawings. 1. Interior Use: Conditioned environments free from potential moisture; provide carbon steel anchors a. Finish: Zinc plating in accordance with ASTM B633, type III Fe/Zn 5 (SC1). Structural Steel Framing 05 12 00 - 6 LNV 2. Exterior or Exposed Use: Exposed or potentially wet environments and attachment of exterior cladding materials; provide galvanized carbon steel conforming to ASTM A153 or stainless steel anchors. Stainless steel nuts shall conform to ASTM F594. a. Type: Galvanized, unless otherwise indicated on Contract Drawings. b. Nuts and washers shall match alloy group of anchor and shall have minimum proof stress equal to or greater than the specified minimum full-size tensile strength of the externally threaded fastener. c. Avoid installing stainless steel anchors in contact with galvanically dissimilar metals. 3. Where anchor manufacturer is not indicated, subject to compliance with requirements and acceptance by the Owner, provide one of the following: a. HIT -RE 500 SD, ICC ESR -2322 — Hilti Fastening Systems b. SET22, ICC ESR -1772 — Simpson Strong -Tie K. Drilled -In Inserts: Size and type as noted on the Contract Drawings. L. Forged Structural Steel Hardware: 1. Clevises and Turnbuckles: ASTM A108; Grade 1085. 2. Eye Nuts and Eye Bolts: ASTM A108; Grade 1030. 3. Sleeve Nuts: ASTM A108; Grade 1018. 4. Rod Ends, Yoke Ends and Pins, Cotter Pins, and Coupling Nuts: Carbon steel. 2.3 WELDING MATERIALS A. Welding Materials: AWS D1.1; type required for materials being welded. 1. Rebar used for welding shall meet the requirements of ASTM A706. Rebar bends shall meet the minimum bend diameters listed in ACI 318. 2.4 FABRICATION A. General: 1. Fabricate and assemble structural assemblies in shop to greatest extent practicable, in accordance with reference standards cited herein and final shop drawings. 2. Use detailing and fabrication procedures that account for distortion and shrinkage due to welding processes, both in the shop and in the field. 3. Take measurements on site as required for correct fabrication and installation. Fabricator shall be responsible for errors in fabrication and for correct fit of structural steel. B. Connections: 1. Provide connections as shown or noted on the Contract Drawings. The design of connections not shown or noted shall be provided by the Owner upon request. Standard framing connections not shown shall be bid on the basis of connection tables on pages 4-9 thru 4-31 of the AISC A Manual of Steel Construction, ASD. 2. Alternate connections designed by the Contractors Engineer may be submitted with one set of stamped calculations for record. 3. Alternate connection concepts shall be pre -approved during bidding. 4. All connections shall be designed for 110% of the value noted on plans. 5. Welds not specified shall be 3/16" fillet continuous but not less than the AISC minimum based on the thickness of the parts joined. C. Space shear stud connectors at as indicated on Contract Drawings. Structural Steel Framing 051200-7 LNV 1. Automatically end weld according to AWS D1.1, unless indicated otherwise on Contract Drawings. 2. Shop weld where possible. 3. Thoroughly clean surface where stud is to be attached. Remove mill scale by grinding or sandblasting where it is sufficiently thick to interfere with proper welding. D. Continuously seal joined members by continuous welds. E. Fabricate connections for bolt, nut, and washer connectors. F. Develop required camber for members. G. Mark all members in protected, plainly visible locations in accordance with reference numbers on setting diagrams. 1. The member work point at each end of columns shall be determined and marked in the shop with a center punch or other acceptable means. 2. Marking shall be placed on the flanges and web at each end of columns. 3. Work point shall be as defined in AISC Code of Standard Practice, Section 7.11.2(a). H. Perform all necessary cutting, fitting and drilling for the accommodation of other trades. 1. Secure correct information for required openings both before and after steel is delivered. 2. No cutting or drilling will be permitted on the job without the acceptance of the Owner. 1. Splicing of members to obtain the required lengths will not be permitted without prior acceptance of the Owner, unless shown on the Contract Drawings. J. Camber beams and girders where indicated on the Contract Drawings. K. Where exact sizes and weights called for are not readily available, secure the Owner's acceptance of suitable sizes in time to prevent delay due to such substitutions. 2.5 FINISHES A. Prepare structural component surfaces to be covered in the completed structure in accordance with SSPC SP 3. B. Prepare structural component surfaces exposed to weather in the completed structure in accordance with SSPC SP 6. C. Shop prime structural steel members. Do not prime surfaces that will be fireproofed, field welded, in contact with concrete, or high strength bolted friction type (slip critical) connections. D. Galvanizing: ASTM A1231A123M; hot dip galvanize after fabrication where shown on Contract Drawings. E. Galvanizing for Bolts, Connectors, and Anchors: Where shown on Contract Drawings 1. Hot -Dip Galvanizing: a. Bolts, Nuts, and Washers: ASTM F2329. b. Connectors and Anchors: ASTM A153/A153M. 2. Mechanical Galvanizing: ASTM B695; Class 50 minimum. Structural Steel Framing 051200-8 LNV 2.6 ACCESSORIES A. Grout: Non -shrink type, pre -mixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing additives, capable of developing minimum compressive sti ength of 7,000 psi at 28 days. B. Shop Primer: SSPC Paint 15, Type 1, red oxide, minimum 2 coats at 2 oz per square foot. C. Touch -Up Primer: Match shop primer. D. Touch -Up Primer for Galvanized Surfaces: SSPC Paint 20 Type I Inorganic or Type II Organic. 2.7 SOURCE QUALITY CONTROL A. Testing Agency: 1. Testing and inspection will be made by an approved testing laboratory selected and paid by the Owner. a. Retention by the Owner of an independent testing agency shall in no way relieve the Contractor of responsibility for performing all work in accordance with the contract documents. B. Shop test bolted and welded connections as specified for field quality control tests. C. When fabricator is approved by authority having jurisdiction, submit certificate of compliance indicating Work performed at fabricator's facility conforms to Contract Documents. 1. Specified shop tests are not required for Work performed by approved fabricator. D. Furnish the testing agency with the following: 1. Access on site to a complete set of field use shop and erection drawings with Engineer's stamp. 2. Mill test reports. 3. Information as to time and place of all rollings and shipment of material to shops. 4. Full and ample means and assistance for testing all material. 5. Proper facilities, including scaffolding, temporary work platforms, etc., for inspection of the work in the mills, shop and field. 6. Representative sample pieces requested for testing. 7. Welding procedure specification. E. Assign an identifying symbol or mark to each person installing connections. Identify all shop and field connections with this mark so that the inspector can refer back to the person making the connection. F. Shop welds, including stud and rebar welds to embed plates and assemblies shall be tested before arriving at the job site. G. Contractor shall notify testing agency at least 10 working days in advance of any qualification testing for welding required herein. Structural Steel Framing 051200-9 LNV PART 3 EXECUTION 3.1 EXAMINATION A. Verify bearing surfaces are at correct elevation. Report all deviations to the General Contractor. B. Verify anchor rods are set in correct locations and arrangements with correct exposure for steel attachment. Report all deviations to the General Contractor. C. Do not proceed with erection until all unacceptable conditions are corrected. 3.2 PREPARATION A. Furnish setting drawings, templates and directions for installation of anchor rods and embedments in concrete and masonry work. 1. Templates shall be permanently marked with column center lines and north arrow. B. Deliver anchor bolts and other anchorage devices which are embedded in cast -in-place concrete and masonry work to the project site in time to be installed before the start of cast -in-place concrete and masonry work operations. C. Storage of Structural Steel. 1. Support structural steel members which are stored at the project site above ground on platforms, skids, or other supports, upright to prevent twisting. 2. Protect steel from corrosion. 3. Store other materials in weather -tight and dry place, until ready for use. 4. Store packaged materials in their original, unbroken package or container. 5. Where materials are to be stored on structure, store in a manner that will not cause distortion or damage the supporting structure. 6. Repair or replace damaged materials or structures as directed. 3.3 ERECTION A. Erect structural steel in accordance with AISC Specifications, including supplements, with additional requirements of this section. B. Allow for erection loads, and for sufficient temporary bracing to maintain structure safe, plumb, and in alignment until completion of erection and installation of permanent bracing. 1. Consider all structural steel as non -self-supporting steel frames until permanently secured. 2. Permanently secured is when the structure has its complete gravity and lateral load resisting systems in place including floor and roof diaphragms, vertical bracing and/or shear walls and foundations. 3. Contractor shall coordinate installation of all non-structural steel items which will load the non -self-supporting structural steel frame. The structural steel frame temporary supports shall resist all loads from these non-structural steel items. C. Protect any adjacent materials or areas below from damage due to weld splatter or sparks during field welding. Structural Steel Framing 05 12 00-10 LNV D. Set base and bearing plates level and at correct elevations on roughened surfaces cleaned of all bond reducing materials. Temporarily support on steel wedges or shims until supported members are plumbed and grouting is completed. E. Field weld components and shear connectors indicated on Contract Drawings and shop drawings. 1. Clean existing surfaces before welding to existing steel. F. Field connect members with threaded fasteners; torque all high strength bolts used in column splices, connections of beams and girders to columns, and where noted on the Contract Drawings to the minimum tension shown in Table J3.7 of AISC "Specification for Structural Steel Buildings, ASD", June 1, 1989; tighten to snug tight for bearing type connections. 1. All A325 and A490 bolts specified as slip critical or fully pre -tensioned shall be tightened and inspected using Direct Tension Indicating washers. 2. No drifting or cutting to enlarge unfair holes will be allowed. Make minor corrections by reaming. 3. Serious defects may not be corrected in the field but shall be called to the attention of the Owner for a decision as to the method and/or procedure for correction. G. Do not field cut or alter structural members without approval of Engineer. H. Splice only where indicated on Contract Drawings. I. Fasten splices in compression after bearing surfaces have been brought into contact. Clean bearing surfaces before assembly. Close all gaps 1/32" wide or greater by driving non-tapered mild steel shims full depth of the bearing surface along the full length of the gap. J. After erection, touch up welds and abrasions to match shop finishes. K. Drilled -In Inserts: Install in accordance with manufacturer's recommendations in accurately drilled holes of required diameter and depth. Where adhesive inserts are used, clean hole in accordance with manufacturer's recommendations. 1. Do not drill holes in concrete until material has achieved full design strength. 3.4 GROUT INSTALLATION A. Grout under base plates as indicated on Contract Drawings, in accordance with Section 036000. B. Shim bearing plates and equipment supports to proper elevation, snug tighten anchor bolts. C. Fill void under bearing surface with grout. Install and pack grout to remove air pockets. D. Moist cure grout. E. Remove forms after grout is set. Trim grout edges to from smooth surface, splayed 45 degrees. F. Tighten anchor bolts after grout has cured for a minimum of 3 days, or as recommended by manufacturer. 3.5 TOLERANCES A. Comply with Requirements of AISC Code of Standard Practice for Steel Buildings and Bridges, except as follows: Structural Steel Framing 05 12 00-11 LNV 1. Columns: a. Maximum deviation of column from established column line shall not exceed 1", accumulative from all sources. b. Bases of all columns shall be located on established centerlines (plan dimension) within +1- 1/8". Bases shall be at specified elevation +1- 1/16". c. Maximum variation between top elevation of all columns shall not exceed 1/4". Maximum variation between top elevations of any two adjacent columns shall not exceed 1/8". 2. Members connecting to Columns: a. Horizontal deviation of member working point from position with respect to supporting column working line shall not exceed +1- 1/16" from the location shown on Contract Drawings. b. Elevation deviation of member working point with respect to upper splice line of supporting column shall not exceed + 1/8" or — 1/4" from the elevation shown on Contract Drawings. 3. Cambered Steel Beams: Fabrication camber shall be adjusted to compensate for conditions of shipping, handling and erection. Maximum deviation of vertical camber at mid span of beam after erection, prior to placing deck, +3/8" or -0" maximum. 4. Other Members: Deviation of member working point horizontal location and elevation with respect to the supporting member shall not exceed +/- 1/16" from the location and elevation shown on the Contract Drawings. 5. Leveling and Plumbing: Base leveling and plumbing on a mean temperature of 70 degrees F. Compensate for difference in temperature at time of erection. 3.6 FIELD QUALITY CONTROL A. Verification of Erection Tolerances: 1. Surveys, made by a surveyor with experience on similar projects, employed by the General Contractor and acceptable to the Owner shall be made as follows: a. Determine actual plan location and elevation at the top and bottom of each column immediately upon completion of erection. 2. Survey reports shall be submitted to the Owner within 24 hours after recording the data. Such reports shall, in addition, identify all deviations of member location and/or elevation in excess of allowable tolerances specified. B. Shop inspection by the Testing Agency for all columns and 20% of beams and girders shall include examination of steel for straightness and alignment, conformance to length and camber tolerances, fissures, mill scale and other defects and deformities, as described in ASTM A6 and examination of aforementioned fabricated pieces for conformity with approved shop drawings. C. Bolted Connections: Inspect in accordance with AISC 303 and "Specification for Structural Joints Using ASTM A325 or A490 Bolts". 1. Visually inspect all bolted connections. Verify the specified surface preparation of the faying surface has been correctly prepared. If twist off (self -indicating) bolts are used, verify that all torque -off splines have been sheared off. 2. Inspect the bolt tightness of 10% of the bolts (minimum of 2), selected at random, in each high strength bolted connection. a. If rejectable bolts are found in any connection, all remaining bolts in that connection shall be inspected for tightness. Structural Steel Framing 05 12 00-12 LNV 3. For Direct Tension Indicators, comply with requirements of ASTM F959. Verify that gaps are less than gaps specified in Table 2. 4. When splines of twist off bolts are not sheared, or indicator washers are not properly deformed, the Testing Agency shall determine that proper bolt tension has been achieved by the application of a properly calibrated testing torque or the Contractor may, at his option, remove and replace all bolts with unsheared splines and all bolts without properly deformed indicator washers. All cost of additional inspection required by this paragraph shall be borne by the Contractor. D. Drilled -In Inserts 1. Self -Expanding Inserts: The testing Agency shall inspect self -expanding, drilled -in inserts shown on the structural Contract Drawings as follows: a. Prior to installation, the Testing Agency shall determine that the installing contractor has the proper materials and equipment for drilling holes in the receiving surface of required diameter and length. b. All inserts shall be visually inspected after installation to ensure that they have been installed perpendicular to the receiving surface and to the proper depth. 2. Adhesive -Bonded Inserts: The Testing Agency shall inspect adhesive -bonded, drilled in inserts as follows: a. The Testing Agency shall be present at the site to observe the installation of the first 10 inserts placed. Such observation shall be to ensure that drilled holes are of required diameter and depth, holes are properly cleaned prior to installation of the insert, and that holes are completely filled with properly mixed adhesive after installation. b. All inserts shall be visually inspected after installation to ensure that the insert has been installed perpendicular to the receiving surface and to proper depth. E. Welding: Inspect welds in accordance with AWS D1.1. 1. Certify welders and conduct inspections and tests as required. Record types and locations of defects found in work. Record work required and performed to correct deficiencies. 2. Inspection of welding by the Testing Agency will be such as to assure that the work conforms to specified requirements, and will include: a. Ascertainment that electrodes used for manual shielded metal -arc welding and the electrodes and flux used for submerged are welding conform to the requirements herein. b. Ascertain that the welding is performed only by welding operators and welders who are properly certified. c Ascertainment that the fit -up, joint preparation, size, contour, extent of reinforcement, and length and location of welds conform to specified requirements and the Contract Drawings, and that no specified welds are omitted or unspecified welds added without approval of the Owner. 3. Visually inspect all welds. 4 Ultrasonic Inspection: ASTM E164., perform on all full and/or partial penetration groove welds. 5. Liquid Penetrant Inspection: ASTM E165. 6. Magnetic Particle Inspection: ASTM E709; performed on 10% of all other welds. 7. Radiographic Inspection: ASTM E94; performed on may be substituted for ultrasonic inspection with prior approval. 8. All embedded plates and assemblies manufactured by the steel fabricator and supporting structural elements shall be tested. Structural Steel Framing 05 12 00-13 LNV 9. Test components of those embedded plates and assemblies as follows: a. Welded reinforcing bars and deformed anchors: 100% visual and 10% magnetic particle. 100% ultrasonic for all complete penetration groove welds to reinforcing bars. b. Stud connectors shall have all studs visually and acoustically tested in accordance with AWS D1.1. c. Plates: Embedded plates thicker than 3/8" shall be ultrasonically tested along the center line of the plate width. Such tests shall be made after stud/rebar shop welding. 1) Any discontinuity shall be cause for rejection. 10. If defective welds are discovered, the remaining uninspected welds shall receive such ultrasonic or magnetic particle inspection as may be required by the Owner. All cost of additional inspection required by this paragraph shall be borne by the Contractor. 11. The welding inspector will have the authority to reject weldments. Such rejection may be based on visual inspection where in his opinion the weldment would not pass a more detailed investigation. 12. Reports by the Testing Agency's inspector will contain, as a minimum, an adequate description of each weld tested, the identifying mark of the welder responsible for the weld, critique of any defects noted by visual inspection or testing, and a statement regarding the acceptability of the weld tested, as judged by current AWS standards. Reports shall be distributed as early as possible, but not later than one work week after the tests have been performed. The Owner shall be notified by phone if, in the judgment of the inspector, test results require immediate comment. F. Correct defective bolted connections and welds. 1. The cost of re -inspection of previously defective bolted and/or welded connections shall be borne by the Contractor. END OF SECTION Structural Steel Framing 05 12 00-14 SECTION 05 54 40 - T ALUMINUM GRATING (S-110) 1. DESCRIPTION This specification shall govern all work necessary to provide and install all aluminum grating required for this project. 2. GENERAL REQUIREMENTS After installation, the grating shall be capable of withstanding a uniformly distributed load of 300 lb. per sq. ft. Grating shall meet federal specification RR -G -661-C and standards set by OSHA of 1975. Prior to installation, the Contractor shall submit four sets of detailed shop drawings for the Engineer's review and approval. Halliday Products is a recommended manufacturer for this aluminum grating. 3. MATERIAL Corrosion Resistance — All materials incorporated into the grating system shall be of an aluminum or stainless steel alloy which are corrosion resistant and recommended for use in an environment to include fluoride treated water. Walking Surface — Walking surface shall have a non-skid surface. Fasteners, Anchor Bolts, and Supports — All fasteners and additional structural supports shall be provided by the manufacturer or in accordance with his recommendations.. 4. CONSTRUCTION METHODS All fabrication shall be done in a workmanlike manner, to provide a structurally sound product. All connections, supports, clips, etc. shall be properly aligned and installed. This includes installation of the following: %" Aluminum Tread Plate Cover %" Thick Aluminum Frame Extrusion T-316 Stainless Steel Hardware EPDM Gasket/Cushion (On Cover) Stainless Steel and Aluminum Hold Open Arm Stainless Steel Pressure Locks Locking Lug Spring Assist for Cover 5. MEASUREMENT AND PAYMENT Unless indicated otherwise on the Bid Form, aluminum grating shall be measured and paid by the lump sum. Lump sum shall include but not be limited to furnishing and installing all grating, supports, clips and connections. Aluminum Grating (S-110) 05 54 40 — T — 1 ONSWTP Facilities Feed Optimization Improvements — Fluoride Project No. E15233 This page intentionally left blank LNV SECTION 08 12 13 HOLLOW METAL FRAMES PART 1 GENERAL 1.1 SECTION INCLUDES A. Steel Frames. 1.2 RELATED SECTIONS A. Section 08 13 13 — Hollow Metal Doors. B. Section 08 71 00 - Door Hardware. C. Section 09 96 00 — High Performance Coatings. 1.3 REFERENCES A. ANSI A117.1— Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. B. ANSI/SDI-100 - Standard Steel Doors and Frames. C. ASTM A525 - Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process. D. ASTM E152 — Methods of Fire Tests of Door Assemblies. E. DHI - Door Hardware Institute: The Installation of Commercial Steel Doors and Steel Frames, Insulated Steel Doors in Wood Frames and Builder's Hardware. F. NFPA 80 — Fire Doors and Windows. G. NFPA 252 — Fire Tests for Door Assemblies. H. UL 10B — Fire Tests of Door Assemblies. 1.4 SUBMITTALS A. Submit under provisions of Section 01 33 00. B. Shop Drawings: Indicate frame elevations, reinforcement and finish. C. Product Data: Indicate frame configuration, anchor types and spacing's, location of cut-outs for hardware, reinforcement. D. Frames installed in exterior openings: Manufacturer's shall provide certification signed and sealed by a structural engineer licensed in Texas that the exterior door and frame assemblies Hollow Metal Frames 081213-1 LNV (including removable mullions and hardware) meet or exceed the minimum positive and negative wind pressures as determined & documented by the Structural Engineer of Record. 1.5 QUALITY ASSURANCE A. Conform to requirements of ANSIISDI-100 and ANSI A117.1. B. Maintain one copy of each document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products to site in a manner to prevent damage from the elements and adjacent construction. B. Accept frames on site in manufacturer's packaging. Inspect for damage. 1.8 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 1.9 COORDINATION A. Coordinate work under provisions of Section 01 31 00. B. Coordinate the work with frame opening construction, door and hardware installation. PART 2 PRODUCTS 2.1 FRAMES A. Exterior Frames: 14 gage thick material, base metal thickness, galvanized. B. Fire Rated: See Door Schedule. 2.2 ACCESSORIES A. Bituminous Coating: Fibered asphalt emulsion. B. Primer: Zinc chromate type. 2.3 FABRICATION A. Fabricate frames as welded unit. Hollow Metal Frames 08 12 13 - 2 LNV B. Fabricate frames with hardware reinforcement plates welded in place. Provide mortar guard boxes. C. Reinforce frames wider than 48 inches with roll formed steel channels fitted tightly into frame head, flush with top. D. Fabricate frames to suit masonry wall coursing with 4 inch head member. 2.4 FINISH A. Steel Sheet: Galvanized to ASTM A525 2.0 oz./sq. ft. for exterior units. B. Primer: Baked. C. Finish: Field painted in accordance with Specification 09 96 00, color to be selected by Owner. D. Coat inside of frame profile with bituminous coating to a thickness of 1/16 inch. PART 3 EXECUTION 3.1 EXAMINATION A. Verify substrate conditions prior to installation of frames. B. Verify that opening sizes and tolerances are acceptable. 3.2 INSTALLATION A. Install frames in accordance with ANSI/SDI-100 and DHI. B. Coordinate with masonry wall construction for anchor placement. C. Coordinate installation of frames with installation of hardware specified in Section 08 71 00 and doors in Sections 08 13 13. 3.3 ERECTION TOLERANCES A. Maximum Diagonal Distortion: 1/16 inch measured with straight edges, crossed corner to comer. END OF SECTION Hollow Metal Frames 081213-3 This page intentionally left blank LNV SECTION 08 13 13 HOLLOW METAL DOORS PART 1 GENERAL 1.1 SECTION INCLUDES A. Steel Doors. 1.2 RELATED SECTIONS A. Section 08 12 13 — Hollow Metal Frames. B. Section 08 71 00 Door Hardware. C. Section 09 96 00 High Performance Coatings. 1.3 REFERENCES A. ANSI A117.1 Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. B. ANSI/SDI 100 Standard Steel Doors and Frames. C. ASTM A525 Steel Sheet, Zinc Coated (Galvanized) by the Hot Dip Process. D. Door Hardware Institute (DHI) The Installation of Commercial Steel Doors and Steel Frames, Insulated Steel Doors in Wood Frames and Builder's Hardware. 1.4 SUBMITTALS A. Submit under provisions of Section 01 33 00. B. Shop Drawings: Indicate door elevations, internal reinforcement, closure method, cut outs for glazing and finish. C. Product Data: Indicate door configurations, location of cut outs for hardware reinforcement. D. Manufacturer's Installation Instructions: Indicate special installation instructions. E. Doors installed in exterior openings: Manufacturer's shall provide certification signed and sealed by a structural engineer licensed in Texas that the exterior metal door and frame assemblies (including removable mullions and hardware) meet or exceed the minimum positive and negative wind pressures as determined & documented by the Structural Engineer of Record. Hollow Metal Doors 081313-1 LNV 1.5 QUALITY ASSURANCE A. Conform to requirements of ANSI/SDI 100 and ANSI A117.1. B. Maintain one copy of each document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products to in a manner to prevent damage from the elements and adjacent construction. B. Accept doors on site in manufacturer's packaging. Inspect for damage. C. Break seal on site to permit ventilation. 1.8 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 1.9 COORDINATION A. Coordinate work under provisions of Section 01 31 00. B. Coordinate the work with door opening construction, door frame and door hardware installation. PART 2 PRODUCTS 2.1 DOORS A. Exterior Insulated Doors (Non -thermally Broken): SDI 100 Grade 2 Model 1. Heavy duty 16 gauge. 2.2 DOOR CONSTRUCTION A. Face: Galvanized steel sheet in accordance with ANSI/SDI 100; 16 gauge for exterior and interior doors. B. Core: Cardboard honeycomb. 2.3 FABRICATION A. Fabricate doors with hardware reinforcement welded in place. Hollow Metal Doors 081313-2 LNV B. Close top and bottom edge of exterior doors with inverted steel channel flush end closure. Seal joints watertight. C. Configure exterior doors with special profile to receive recessed weatherstripping. 2.4 FINISH A. Steel Sheet: Galvanized to G90 for exterior doors. G60 for interior doors. B. Primer: Baked. C. Finish: Field painted in accordance with Specification 09 96 00 in colors to be selected by Owner. PART 3 EXECUTION 3.1 EXAMINATION A. Verify substrate conditions prior to installing doors. B. Verify that opening sizes and tolerances are acceptable. 3.2 INSTALLATION A. Install doors in accordance with ANSUSDI 100 and DHI. B. Coordinate installation of doors with installation of frames specified in Section 08 12 13 and hardware specified in Section 08 71 00. 3.3 ERECTION TOLERANCES A. Maximum Diagonal Distortion: 1/16 inch measured with straight edge, corner to corner. 3.4 ADJUSTING A. Adjust work under provisions of Section 01 70 00. B. Adjust door for smooth and balanced door movement. END OF SECTION Hollow Metal Doors 08 13 13 3 This page intentionally left blank LNV SECTION 08 71 00 DOOR HARDWARE PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Hardware for wood and metal doors. 2. Thresholds. 3. Weather stripping, seals and door gaskets. 1.2 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Section 08 12 13 — Hollow Metal Frames: Furnish templates for frame preparation. B. Section 08 13 13 — Hollow Metal Doors: Furnish templates and cylinders for door preparation. 1.3 RELATED SECTIONS A. Section 08 12 13 — Hollow Metal Frames. B. Section 08 13 13 — Hollow Metal Doors. 1.4 REFERENCES A. ADA - Americans with Disabilities Act. B. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. C. UL305 - Panic Hardware 1.5 SUBMITTALS A. Submit under provisions of Section 01 33 00. B. Shop Drawings: Indicate locations and mounting heights of each type of hardware. C. Submit manufacturer's parts lists and templates. D. Manufacturer's Installation Instructions: Indicate special procedures, perimeter conditions requiring special attention. E. Approval of the hardware list by the Architect shall not relieve the Contractor from the responsibility for furnishing all required finish hardware. All doors not designated to receive any hardware shall be furnished with hardware to match similar doors at no additional cost to Owner. Door Hardware 087100-1 LNV 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01 33 00. B. Record actual locations of installed cylinders and their master key code. 1.7 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01 33 00. B. Maintenance Data: Include data on operating hardware, lubrication requirements, and inspection procedures related to preventative maintenance. 1.8 QUALITY ASSURANCE A. Perform work in accordance with the following requirements: 1. ANSI A117.1 — Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. 2. ADA — Americans with Disabilities Act. 3. ANSI A117.1. 4. ANSI A A-115 Series, Door and Hardware Prep. 5. ANSI A-156 Series, Hardware. 6. SGMS 1201 — Auxiliary Hardware. 7. BHMS 1301 — Materials and Finishes. 8. NFPA 80 — Standards for Fire Doors. 9. DHI Publications Keying — Procedures Abbreviations and Symbols, Hardware for Labeled Fire Doors, Recommended Location for Builders Hardware. 10. UL 305. 1.9 QUALIFICATIONS A. Manufacturer Company specializing in manufacturing the Products specified in this section with minimum five years documented experience. B. Hardware Supplier: Company specializing in supplying commercial institutional door hardware with 3 years documented experience approved by manufacturer. C. Hardware Supplier Personnel: Employ a qualified person to assist in the work of this section. 1.10 REGULATORY REQUIREMENTS A. Conform to applicable code for requirements applicable to doors and frames. All hardware shall be in accordance with approved testing documentation for the specific door and frame assembly for Windstorm Certification. B. Disabled Accessibility Requirements: 1. In accordance with the Americans with Disabilities Act, the following standards shall be included when bidding doors and door openings, controls and operating mechanisms, and Door Hardware 087100-2 LNV signage. (Standards as set forth by the State Purchasing and General Services Commission and by The Americans with Disabilities Act.) Any items not conforming to these or any other standards, codes or ordinances shall be brought to the attention of the project architect for his/her interpretation. 2. State Purchasing and General Services Commission a. Doors and Openings. Raised thresholds and floor level changes at Doorways: Changes in level at doors shall not exceed one-half inch (1/2") in height and shall be beveled with a slope no greater than 1:2. b. Door Hardware: Handles, knobs, pulls, latches, locks and other operating devices on doors shall be mounted no higher than 48 inches above the floor or ground surface and shall have a shape that is easy to grasp with one hand and does not require tight grasping, tight pinching, or severe twisting to operate. The force required to activate door hardware shall be no greater than five (5) lbs. Preferred designs include, but are not limited to: lever -operated mechanisms, push -type mechanisms, and U-shaped handles. When sliding doors are fully open, operating hardware shall be exposed and usable from both sides. Doors to hazardous areas such as loading platforms, boiler rooms, mechanical and electrical rooms, and other areas that might be dangerous to a blind person, shall be made identifiable to the touch by a textured surface on the door handle, knob, pull or other operating hardware. This textured surface may be made by knurling or roughening or by a material applied to the contact surface. Such textured surfaces shall not be provided for emergency exit doors or any doors other than those hazardous areas. c. Door Closers: If a door has a closer, then the sweep period of the closer shall be adjusted so that from an open position of 90 degrees, the door will take at least three seconds to move to an open position of approximately 12 degrees. (I. Door Opening Force: The maximum force for pushing or pulling open a door shall comply with this paragraph. For hinged doors, the force shall be applied perpendicular to the door at the door opener or 30 inches from the hinged side, whichever is farther from the hinge. For sliding or folding doors, the force shall be applied parallel to the door at the door pull or latch. 1) Exterior doors shall not exceed 8.5 lbf. Slight increases in opening force shall be allowed where 8.5 lbf is insufficient to compensate for air pressure differentials. 2) Sliding doors, folding doors, and interior hinged doors shall not require a force exceeding 5 lbf. 3) Fire doors may be adjusted to meet the maximum opening force allowed by the governing authority or applicable building code. 1.11 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site to in a manner to prevent damage from the elements and adjacent construction. B. Package hardware items individually; label and identify each package with door opening code to match hardware schedule. C. Deliver keys to Owner by security shipment direct from hardware supplier. Door Hardware 087100-3 LNV 1.12 COORDINATION A. Coordinate the work with other directly affected sections involving manufacture or fabrication of internal reinforcement for door hardware. 1.13 WARRANTY A. Provide five year warranty under provisions of Section 01 70 00. B. Warranty: Include coverage for door closers. 1.14 MAINTENANCE MATERIALS A. Provide maintenance materials under provisions of 01 70 00. B. Provide special wrenches and tools applicable to each different or special hardware component. C. Provide maintenance tools and accessories supplied by hardware component manufacturer. PART 2 PRODUCTS 2.1 SUPPLIERS A. Substitutions: Submit for review and approval. 2.2 ACCEPTABLE MANUFACTURERS A. Hinges: Stanley, Hager, and Sass. ANSI A-156.1 and A-1-156.7, template, full -mortise, heavy duty, ball and plain bearing as required (Min. 4 4 x 4'/z). Non -removable pins. Non-ferrous (all doors). B. Latch Sets: Schlage, Yale, Russwin Corbin. Heavy Duty, commercial grade. Mortise at exterior; cylindrical at interior. (Lever handles — all doors) C. Cylinder Locks: Schlage, Yale, Russwin Corbin. D. Exit Devices; Von Duprin, Corbin, Russwin. E. Closers: Yale, Norton, and LCN. F. Protection plates: Ives, Trimco and Quality. G. Stops/Holders: Quality, Trimco and Ives. H. Gasketing; Pemko, Hager and National Guard. I. Thresholds: Pemko and National Guard. Door Hardware 087100-4 LNV J. Substitutions: Submit for review and approval. 2.3 KEYING A. All Lock cylinders are to be keyed to Owner's instructions. Furnish 2 ea. keys per lock. 2.4 FINISHES A. Finishes: US26D B. Thresholds & closers: AL 2.5 GRADE — BHMA Grade 2. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that doors and frames are ready to receive work and dimensions are as indicated on shop drawings or instructed by the manufacturer. 3.2 INSTALLATION A. Install hardware in accordance with manufacturer's instructions. B. Use templates provided by hardware item manufacturer. 3.3 FIELD QUALITY CONTROL A. Supplier to inspect installation and certify that hardware and installation has been furnished and installed in accordance with manufacturer's instructions and as specified. 3.4 ADJUSTING A. Adjust work under provisions of Section 01 70 00. B. Adjust hardware for smooth operation. 3.5 PROTECTION OF FINISHED WORK A. Protect finished work. B. Do not permit adjacent work to damage hardware or finish. END OF SECTION Door Hardware 087100-5 This page intentionally left blank SECTION 09960 HIGH-PERFORMANCE COATINGS PART1 GENERAL 1.01 SUMMARY A. Section includes: Field -applied coatings. 1.02 REFERENCES A. ASTM International (ASTM): 1. D 16 - Standard Terminology for Paint, Related Coatings, Materials, and Applications. 2. D 4541 - Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers. B. International Concrete Repair Institute (ICRI): 1. Guideline 310.2R - Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, Polymer Overlays, and Concrete Repair. C. NACE International (NACE): 1. SP0178 - Design, Fabrication, and Surface Finish Practices for Tanks and Vessels to Be Lined for Immersion Service. 2. SP0188 - Discontinuity (Holiday) Testing of Protective Coatings. D. National Association of Pipe Fabricators (NAPF): 1. 500-03 - Surface Preparation Standard for Ductile Iron Pipe and Fittings Receiving Special External Coatings and/or Special Internal Linings. E. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects. F. Society for Protective Coatings (SSPC): 1. SP COM - Surface Preparation Commentary for Steel and Concrete Substrates. 2. SP 1 - Solvent Cleaning. 3. SP 2 - Hand Tool Cleaning. 4. SP 3 - Power Tool Cleaning. 5. SP 5 - White Metal Blast Cleaning. 6. SP 6 - Commercial Blast Cleaning. 7. SP 7 - Brush -Off Blast Cleaning. 8. SP 10 - Near -White Blast Cleaning. 9. SP 13 - Surface Preparation of Concrete. G. United States Environmental Protection Agency (EPA): 1. Method 24 - Surface Coatings. April 2016 - DRAFT 09960-1 pw:IlCarallatDocumentslClient!TX/Carpus Christi16136F101Specircatians/09960 (FRS -90) 6730F10 1.03 DEFINITIONS A. Submerged metal: Steel or iron surfaces below tops of channel or structure walls that will contain water even when above expected water level. B. Submerged concrete and masonry surfaces: Surfaces that are or will be: 1. Underwater. 2. In structures that normally contain water. 3. Below tops of walls of water -containing structures. C. Exposed surface: Any metal or concrete surface, indoors or outdoors, that is exposed to view. D. Dry film thickness (DFT): Thickness of fully cured coating, measured in mils. E. Volatile organic compound (VOC): Content of air polluting hydrocarbons in uncured coating product measured in units of grams per liter or pounds per gallon, as determined by EPA Method 24. F. Ferrous: Cast iron, ductile iron, wrought iron, and all steel alloys except stainless steel. G. Where SSPC surface preparation standards are specified or implied for ductile iron pipe or fittings, the equivalent NAPF surface preparation standard shall be substituted for the SSPC standard. 1.04 PERFORMANCE REQUIREMENTS A. Coating materials shall be especially adapted for use in water treatment plants. B. Coating materials used in contact with potable water supply systems shall be certified to NSF 61. 1.05 SUBMITTALS A. Shop drawings: 1. Schedule of proposed coating materials. 2. Schedule of surfaces to be coated with each coating material. B. Product data: Include description of physical properties of coatings including solids content and ingredient analysis, VOC content, temperature resistance, typical exposures and limitations, and manufacturer's standard color chips: 1. Regulatory requirements: Submit data concerning the following: a. VOC limitations. b. Coatings containing lead compounds and polychlorinated biphenyls . c. Abrasives and abrasive blast cleaning techniques, and disposal. d. NSF certification of coatings for use in potable water supply systems. C. Samples: Include 8 -inch square drawdowns or brush -outs of topcoat finish when requested. Identify each sample as to finish, formula, color name and number, sheen name, and gloss units. D. Certificates: Submit in accordance with requirements for Product Data. April 2016 - DRAFT 09960-2 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/O9950 (FRS -40) 6730F10 E. Manufacturer's instructions: Include the following: 1. Special requirements for transportation and storage. 2. Mixing instructions. 3. Shelf life. 4. Pot life of material. 5. Precautions for applications free of defects. 6. Surface preparation. 7. Method of application. 8. Recommended number of coats. 9. Recommended DFT of each coat. 10. Recommended total DFT. 11. Drying time of each coat, including prime coat. 12. Required prime coat. 13. Compatible and non -compatible prime coats. 14. Recommended thinners, when recommended. 15. Limits of ambient conditions during and after application. 16. Time allowed between coats (minimum and maximum). 17. Required protection from sun, wind, and other conditions. 18. Touch-up requirements and limitations. 19. Minimum adhesion of each system submitted in accordance with ASTM D 4541. F. Manufacturer's Representative's Field Reports. G. Operations and Maintenance Data: 1. Reports on visits to project site to view and approve surface preparation of structures to be coated. 2. Reports on visits to project site to observe and approve coating application procedures. 3. Reports on visits to coating plants to observe and approve surface preparation and coating application on items that are "shop coated." H. Quality Assurance Submittals: 1. Quality assurance plan. 2. Qualifications of coating applicator including List of Similar Projects. I. Certifications: 1. Submit notarized certificate that: a. All paints and coatings to be used on this project comply with current federal, state, and local VOC regulations. 1.06 QUALITY ASSURANCE A. Applicator qualifications: 1. Minimum of 5 years of experience applying specified type or types of coatings under conditions similar to those of the Work: a. Provide qualifications of applicator and references listing 5 similar projects completed in the past 2 years. 2. Manufacturer -approved applicator when manufacturer has approved applicator program. 3. Approved and licensed by polymorphic polyester resin manufacturer to apply polymorphic polyester resin coating system. April 2016 - DRAFT 09960-3 pw:IlCarallatDocumentslClient!TX/Carpus Christi16136F101Specircatians/09960 (FRS -90) 6730F10 4. Approved and licensed by elastomeric polyurethane (100 -percent solids) manufacturer to apply 100 -percent solids elastomeric polyurethane system. B. Regulatory requirements: Comply with governing agencies regulations by using coatings that do not exceed permissible VOC limits and do not contain lead: 1. Do not use coal -tar epoxy in contact with drinking water or exposed to ultraviolet radiation. C. Field samples: 1. Prepare and coat a minimum 100 -square -foot area between corners or limits such as control or construction joints of each system. 2. Approved field sample may be part of the Work. 3. Obtain approval before painting other surfaces. D. Pre -installation conference: Conduct a pre -installation conference with Owner's resident project representative. E. Compatibility of coatings: Use products by same manufacturer for prime coats, intermediate coats, and finish coats on same surface, unless specified otherwise. F. Services of coating manufacturer's representative: Arrange for coating manufacturer's representative to attend pre -installation conferences. Make periodic visits to the project site to provide consultation and inspection services during surface preparation and application of coatings, and to make visits to coating plants to observe and approve surface preparation procedures and coating application of items to be "shop -primed and coated." 1.07 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products as specified in Section 01600. B. Remove unspecified and unapproved paints from Project site immediately. C. Deliver new unopened containers with labels identifying the manufacturer's name, brand name, product type, batch number, date of manufacturer, expiration date or shelf life, color, and mixing and reducing instructions. 1. Do not deliver materials aged more than 12 months from manufacturing date. D. Store coatings in well -ventilated facility that provides protection from the sun weather, and fire hazards. Maintain ambient storage temperature between 45 and 90 degrees Fahrenheit, unless otherwise recommended by the manufacturer. E. Take precautions to prevent fire and spontaneous combustion. 1.08 PROJECT CONDITIONS A. Surface moisture contents: Do not coat surfaces that exceed manufacturer - specified moisture contents, or when not specified by the manufacturer, with the following moisture contents: 1. Plaster and gypsum wallboard: 12 percent. 2. Masonry, concrete, and concrete block: 12 percent. 3. Interior located wood: 15 percent. 4. Concrete floors: 7 percent. April 2016 - DRAFT 09960-4 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/O9950 (FRS -40) 6730F10 B. Do not apply coatings: 1. Under dusty conditions or adverse environmental conditions, unless tenting, covers, or other such protection is provided for structures to be coated. 2. When light on surfaces measures less than 15 foot-candles. 3. When ambient or surface temperature is less than 55 degrees Fahrenheit unless manufacturer allows a lower temperature. 4. When relative humidity is higher than 85 percent. 5. When surface temperature is less than 5 degrees Fahrenheit above dew point. 6. When surface temperature exceeds the manufacturer's recommendation. 7. When ambient temperature exceeds 90 degrees Fahrenheit, unless manufacturer allows a higher temperature. 8. Apply clear finishes at minimum 65 degrees Fahrenheit. C. Provide fans, heating devices, dehumidifiers, or other means recommended by coating manufacturer to prevent formation of condensate or dew on surface of substrate, coating between coats and within curing time following application of last coat. D. Provide adequate continuous ventilation and sufficient heating facilities to maintain minimum 55 degrees Fahrenheit for 24 hours before, during, and 48 hours after application of finishes. E. Dehumidification and heating for coating of wet wells, and high humidity enclosed spaces: 1. Provide dehumidification and heating of digester interior spaces in which surface preparation, coating application, or curing is in progress according to the following schedule: a. October 1 to April 30: Provide continuous dehumidification and heating as required to maintain the tanks within environmental ranges as specified in this Section and as recommended by the coating material manufacturer. For the purposes of this Section, "continuous" is defined as 24 hours per day and 7 days per week. b. May 1 to September 30: Provide temporary dehumidification and heating as may be required to maintain the tanks within the specified environmental ranges in the event of adverse weather or other temporary condition. At Contractor's option and at his sole expense, Contractor may suspend work until such time as acceptable environmental conditions are restored, in lieu of temporary dehumidification and heating. Repair or replace any coating or surface preparation damaged by suspension of work, at Contractor's sole expense. 2. Equipment requirements: a. Capacity: Provide dehumidification, heating, and air circulation equipment with minimum capacity to perform the following: 1) Maintain the dew point of the air in the tanks at a temperature at least 5 degrees Fahrenheit less than the temperature of the coldest part of the structure where work is underway. 2) Reduce dew point temperature of the air in the tanks by at least 10 degrees Fahrenheit in 20 minutes. 3) Maintain air temperature in the tanks at 60 degrees Fahrenheit minimum. b. Systems: 1) Site electrical power: Available for Contractor's use. April 2016 - DRAFT 09960-5 pw:IlCarallatDocumentslClient!TX/Carpus Christi16136F101Specircatians/09960 (FRS -90) 6730F10 2) Dehumidification: Provide desiccant or refrigeration drying. Desiccant types shall have a rotary desiccant wheel capable of continuous operation. No liquid, granular, or loose lithium chloride drying systems will be allowed. 3) Heating: Electric, indirect combustion, or steam coil methods may be used. Direct -fired combustion heaters will not be allowed during abrasive blasting, coating application, or coating cure time. 3. Design and submittals: a. Contractor shall prepare dehumidification and heating plan for this project, including all equipment and operating procedures. b. Suppliers of services and equipment shall have not less than 3 years experience in similar applications. 1) Supplier: The following or equal: a) Cargocaire Corporation (hunters) or equal. c. Submit dehumidification and heating plan for Engineer's review. 4. Monitoring and performance: a. Measure and record relative humidity and temperature of air, and structure temperature twice daily (beginning and end of work shifts) to verify that proper humidity and temperature levels are achieved inside the work area after the dehumidification equipment is installed and operational. Test results shall be made available to the Engineer upon request. b. Interior space of the working area and tank(s) shall be sealed, and a slight positive pressure maintained as recommended by the supplier of the dehumidification equipment. c. The filtration system used to remove dust from the air shall be designed so that it does not interfere with the dehumidification equipment's ability to control the dew point and relative humidity inside the reservoir. 1) The air from the tank, working area, or dust filtration equipment shall not be recirculated through the dehumidifier during coating application or when solvent vapors are present. 1.09 SEQUENCING AND SCHEDULING A. Sequence and Schedule: As specified in Section 01352. 1.10 MAINTENANCE A. Extra materials: Deliver as specified in Section 01770. Include minimum 1 gallon of each type and color of coating applied: 1. When manufacturer packages material in gallon cans, deliver unopened labeled cans as comes from factory. 2. When manufacturer does not package material in gallon cans, deliver material in new gallon containers, properly sealed and identified with typed labels indicating brand, type, and color. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Special coatings: One of the following or equal: 1. Carboline: Carboline, St. Louis, MO. April 2016 - DRAFT 09960-6 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/O9950 (FRS -40) 6730F10 2. Ceilcote: International Protective Coatings, Berea, OH. 3. Dampney: The Dampney Company, Everett, MA. 4. Devoe: International Protective Coatings, Louisville, KY. 5. Dudick: Dudick, Inc., Streetsboro, OH. 6. GET: Global Eco Technologies, Pittsburg, CA. 7. Henkel: Henkel North America, Madison Heights, MI. 8. IET: Integrated Environmental Technologies, Santa Barbara, CA. 9. PPC: Polymorphic Polymers Corp., North Miami, FL. 10. PPG Amercoat: PPG Protective & Marine Coatings, Brea, CA. 11. Rustoleum: Rustoleum Corp., Sommerset, NJ. 12. Sanchem: Sanchem, Chicago, IL. 13. Superior: Superior Environmental Products, Inc., Addison, TX. 14. S -W: Sherwin-Williams Co., Cleveland, OH. 15. Tnemec: Tnemec Co., Kansas City, MO. 16. Wasser: Wasser High Tech Coatings, Kent, WA. 17. ZRC: ZRC Worldwide Innovative Zinc Technologies, Marshfield, MA. 2.02 PREPARATION AND PRETREATMENT MATERIALS A. Metal pretreatment: As manufactured by one of the following or equal: 1. Henkel: Galvaprep 5. 2. International: AWLGrip Alumiprep 33. B. Surface cleaner and degreaser: As manufactured by one of the following or equal: 1. Carboline Surface Cleaner No. 3. 2. Devoe: Devprep 88. 3. S -W: Clean and Etch. 2.03 COATING MATERIALS A. Vinyl ester: Graphite filled, total system 43 mils DFT. As manufactured by one of the following or equal: 1. Sherwin-Williams: Cor -Cote VEN GF Graphite Filled Vinyl Ester. 2. Dudick: Protecto-Coat 805. 3. Ceilcote: Ceilcote 222GF Flakeline. B. High solids epoxy (self priming) not less than 72 percent solids by volume: As manufactured by one of the following or equal: 1. Carboline: Carboguard 891. 2. Devoe: Bar Rust 233H. 3. PPG Amercoat: Amerlock 2. 4. S -W: Macropoxy 646. C. Aliphatic or aliphatic -acrylic polyurethane: As manufactured by one of the following or equal: 1. Carboline: Carbothane 134 VOC. 2. Devoe: Devthane 379. 3. PPG Amercoat: Amershield VOC. 4. Non -submerged: S -W High Solids Polyurethane. 5. Tnemec: Endura -Shield II Series 1075 (U). April 2016 - DRAFT 09960-7 pw:IlCarallatDocumentslClient!TX/Carpus Christi16136F101Specircatians/09960 (FRS -90) 6730F10 D. Waterborne acrylic emulsion: As manufactured by one of the following or equal: 1. S -W: DTM Acrylic B66W1. 2. Tnemec: Tneme-Cryl Series 6. E. Galvanizing zinc compound: As manufactured by one of the following or equal: 1. ZRC: Cold Galvanizing Compound. 2.04 MIXES A. Mix in accordance with manufacturer's instructions. PART 3 EXECUTION 3.01 GENERAL PROTECTION A. Protect adjacent surfaces from coatings and damage. Repair damage resulting from inadequate or unsuitable protection. B. Protect adjacent surfaces not to be coated from spatter and droppings with drop cloths and other coverings: 1. Mask off surfaces of items not to be coated or remove items from area. C. Furnish sufficient drop cloths, shields, and protective equipment to prevent spray or droppings from fouling surfaces not being coated and, in particular, surfaces within storage and preparation areas. D. Place cotton waste, cloths, and material that may constitute a fire hazard in closed metal containers and remove daily from site. E. Remove electrical plates, surface hardware, fittings, and fastenings prior to application of coating operations. Carefully store, clean, and replace on completion of coating in each area. Do not use solvent or degreasers to clean hardware that may remove permanent lacquer finish. 3.02 GENERAL PREPARATION A. Prepare surfaces in accordance with coating manufacturer's instructions, unless more stringent requirements are specified in this Section. B. Protect the following surfaces from abrasive blasting by masking or other means: 1. Threaded portions of valve and gate stems, grease fittings, and identification plates 2. Machined surfaces for sliding contact. 3. Surfaces to be assembled against gaskets. 4. Surfaces of shafting on which sprockets are to fit. 5. Surfaces of shafting on which bearings are to fit. 6. Machined surfaces of bronze trim, including slide gates. 7. Cadmium -plated items except cadmium -plated, zinc -plated, or sherardized fasteners used in assembly of equipment requiring abrasive blasting. 8. Galvanized items, unless scheduled to be coated. April 2016 - DRAFT 09960-8 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/O9950 (FRS -40) 6730F10 C. Protect installed equipment, mechanical drives, and adjacent coated equipment from abrasive blasting to prevent damage caused by entering sand or dust. D. Concrete: 1. Allow new concrete to cure for minimum of 28 days before coating. 2. Clean concrete surfaces of dust, mortar, fins, loose concrete particles, form release materials, oil, and grease. Fill voids so that surface is smooth. Prepare concrete surface for coating in accordance with SSPC SP 13. Provide ICRI 310.2 CSP -3 surface profile, or as recommended by coating manufacturer. All concrete surfaces shall be vacuumed clean prior to coating application. E. Ferrous metal surfaces: 1. Remove grease and oil in accordance with SSPC SP 1. 2. Remove rust, scale, and welding slag and spatter, and prepare surfaces in accordance with appropriate SSPC standard as specified. 3. Abrasive blast surfaces prior to coating. a. When abrasive blasted surfaces rust or discolor before coating, abrasive blast surfaces again to remove rust and discoloration. b. When metal surfaces are exposed because of coating damage, abrasive blast surfaces and feather in to a smooth transition before touching up. c. Ferrous metal surfaces not to be submerged: Abrasive blast in accordance with SSPC SP 10, unless blasting may damage adjacent surfaces, prohibited, or specified otherwise. Where not possible to abrasive blast, power tool clean surfaces in accordance with SSPC SP 3. d. Ferrous metal surfaces to be submerged: Unless specified otherwise, abrasive blast in accordance with SSPC SP 5 to clean and provide roughened surface profile of not less than 2 mils and not more than 4 mils in depth when measured with Elcometer 123, or as recommended by the coating manufacturer. 4. All abrasive blast cleaned surfaces shall be blown down with clean dry air and/or vacuumed. F. Ductile iron pipe and fittings to be lined or coated: Abrasive blast clean in accordance with NAPF 500-03. G. Sherardized, aluminum, copper, and bronze surfaces: Prepare in accordance with coating manufacturer's instructions. H. Galvanized surface: 1. Degrease or solvent clean (SSPC SP 1) to remove oily residue. 2. Power tool or hand tool clean or whip abrasive blast. 3. Test surface for contaminants using copper sulfate solution. 4. Apply metal pretreatment within 24 hours before coating galvanized surfaces that cannot be thoroughly abraded physically, such as bolts, nuts, or preformed channels. I. Shop -primed metal: 1. Certify that primers applied to metal surfaces in the shop are compatible with coatings to be applied over such primers in the field. 2. Remove shop primer from metal to be submerged by abrasive blasting in accordance with SSPC SP 10, unless greater degree of surface preparation is required by coating manufacturer's representative. April 2016 - DRAFT 09960-9 pw:IlCarallatDocumentslClient!T /Carpus Christi16136F101Specircatians/09960 (FRS -90) 6730F10 3. Correct abraded, scratched, or otherwise damaged areas of prime coat by sanding or abrasive blasting to bare metal in accordance with SSPC SP 2, SP 3, or SP 6, as directed by the Engineer. When entire shop priming fails or has weathered excessively (more than 25 percent of the item), or when recommended by coating manufacturer's representative, abrasive blast shop prime coat to remove entire coat and prepare surface in accordance with SSPC SP 10. 4. When incorrect prime coat is applied, remove incorrect prime coat by abrasive blasting in accordance with SSPC SP 10. 5. When prime coat not authorized by Engineer is applied, remove unauthorized prime coat by abrasive blasting in accordance with SSPC SP 10. 6. Shop applied bituminous paint or asphalt varnish: Abrasive blast clean shop applied bituminous paint or asphalt varnish from surfaces scheduled to receive non -bituminous coatings. J. Cadmium -plated, zinc -plated, or sherardized fasteners: 1. Abrasive blast in the same manner as unprotected metal when used in assembly of equipment designated for abrasive blasting. K. Abrasive blast components that are to be attached to surfaces that cannot be abrasive blasted before components are attached. L. Grind sharp edges to approximately 1/16 -inch radius before abrasive blast cleaning. M. Remove and grind smooth all excessive weld material and weld spatter before blast cleaning in accordance with NACE SP0178. N. Poly vinyl chloride (PVC) and FRP surfaces: 1. Prepare surfaces to be coated by light sanding (de -gloss) and wipe -down with clean cloths, or by solvent cleaning in strict accordance with coating manufacturer's instructions. O. Cleaning of previously coated surfaces: 1. Utilize cleaning agent to remove soluble salts such as chlorides and sulfates from concrete and metal surfaces: a. Cleaning agent: Biodegradable non-flammable and containing no VOC. b. Manufacturer: The following or equal: 1) CHLOR*RID International, Inc. 2. Cleaning of surfaces utilizing the decontamination cleaning agent may be accomplished in conjunction with abrasive blast cleaning, steam cleaning, high-pressure washing, or hand washing as approved by the coating manufacturer's representative and the Engineer. 3. Test cleaned surfaces in accordance with the cleaning agent manufacturer's instructions to ensure all soluble salts have been removed. Additional cleaning shall be carried out as necessary. 4. Final surface preparation prior to application of new coating system shall be made in strict accordance with coating manufacturer's printed instructions. 3.03 MECHANICAL AND ELECTRICAL EQUIPMENT PREPARATION A. Identify equipment, ducting, piping, and conduit as specified in Section 15075 and Section 16075. April 2016 - DRAFT 09960-10 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/O9950 (FRS -90) 6730F10 B. Remove grilles, covers, and access panels for mechanical and electrical system from location and coat separately. C. Prepare and finish coat primed equipment with color selected by the Engineer. D. Prepare and prime and coat insulated and bare pipes, conduits, boxes, insulated and bare ducts, hangers, brackets, collars, and supports, except where items are covered with prefinished coating. E. Replace identification markings on mechanical or electrical equipment when coated over or spattered. F. Prepare and coat interior surfaces of air ducts, and convector and baseboard heating cabinets that are visible through grilles and louvers with 1 coat of flat black paint, to limit of sight line. G. Prepare and coat dampers exposed immediately behind louvers, grilles, and convector and baseboard heating cabinets to match face panels. H. Prepare and coat exposed conduit and electrical equipment occurring in finished areas with color and texture to match adjacent surfaces. I. Prepare and coat both sides and edges of plywood backboards for electrical equipment before installing backboards and mounting equipment on them. J. Color code equipment, piping, conduit, and exposed ductwork and apply color banding and identification, such as flow arrows, naming, and numbering, in accordance with the Contract Documents. 3.04 GENERAL APPLICATION REQUIREMENTS A. Apply coatings in accordance with manufacturer's instructions. B. Coat metal unless specified otherwise: 1. Aboveground piping to be coated shall be empty of contents during application of coatings. C. Verify metal surface preparation immediately before applying coating in accordance with SSPC SP COM. D. Allow surfaces to dry, except where coating manufacturer requires surface wetting before coating. E. Wash coat and prime sherardized, aluminum, copper, and bronze surfaces, or prime with manufacturer's recommended special primer. F. Prime shop -primed metal surfaces. Spot prime exposed metal of shop -primed surfaces before applying primer over entire surface. G. Multiple coats: 1. Apply minimum number of specified coats. 2. Apply additional coats when necessary to achieve specified thicknesses. 3. Apply coats to thicknesses specified, especially at edges and corners. April 2016 - DRAFT 09960-11 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F101Specircatians/09960 (FRS -90) 6730F10 4. When multiple coats of same material are specified, tint prime coat and intermediate coats with suitable pigment to distinguish each coat. 5. Lightly sand and dust surfaces to receive high -gloss finishes, unless instructed otherwise by coating manufacturer. 6. Dust coatings between coats. H. Coat surfaces without drops, overspray, dry spray, runs, ridges, waves, holidays, laps, or brush marks. I. Remove spatter and droppings after completion of coating. J. Apply coating by brush, roller, trowel, or spray, unless particular method of application is required by coating manufacturer's instructions or these Specifications. K. Plural component application: Drums shall be premixed each day. All gauges shall be in working order prior to the start of application. Ratio checks shall be completed prior to each application. A spray sample shall be sprayed on plastic sheeting to ensure set time is complete prior to each application. Hardness testing shall be performed after each application. L. Spray application: 1. Stripe coat edges, welds, nuts, bolts, and difficult -to -reach areas by brush before beginning spray application, as necessary, to ensure specified coating thickness along edges. 2. When using spray application, apply coating to thickness not greater than that recommended in coating manufacturer's instructions for spray application. 3. Use airless spray method, unless air spray method is required by coating manufacturer's instruction or these Specifications. 4. Conduct spray coating under controlled conditions. Protect adjacent construction and property from coating mist, fumes, or overspray. M. Drying and recoating: 1. Provide fans, heating devices, or other means recommended by coating manufacturer to prevent formation of condensate or dew on surface of substrate, coating between coats and within curing time following application of last coat. 2. For submerged service, the Contractor shall provide a letter to the Engineer that the lining system is fully cured and ready to be placed into service. 3. Limit drying time to that required by these Specifications or coating manufacturer's instructions. 4. Do not allow excessive drying time or exposure, which may impair bond between coats. 5. Recoat epoxies within time limits recommended by coating manufacturer. 6. When time limits are exceeded, abrasive blast clean and de -gloss clean prior to applying another coat. 7. When limitation on time between abrasive blasting and coating cannot be met before attachment of components to surfaces that cannot be abrasive blasted, coat components before attachment. 8. Ensure primer and intermediate coats of coating are unscarred and completely integral at time of application of each succeeding coat. April 2016 - DRAFT 09960-12 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/O9950 (FRS -90) 6730F10 9. Touch-up suction spots between coats and apply additional coats where required to produce finished surface of solid, even color, free of defects. 10. Leave no holidays. 11. Sand and feather in to a smooth transition and recoat scratched, contaminated, or otherwise damaged coating surfaces so damages are invisible to the naked eye. N. Concrete: 1. Apply first coat (primer) only when surface temperature of concrete is decreasing in order to eliminate effects of off -gassing on coating. 3.05 VINYL ESTER A. Preparation: 1. Prepare surfaces in accordance with coating manufacturers recommendations and as directed and approved by coating manufacturer's representative. B. Application: 1. Apply prime coat, as required by coating manufacturer, base coat, and topcoat to total dry film thickness of 125 mils minimum: a. Final topcoat on floors shall include non-skid surface, applied in accordance with manufacturer's instructions. 2. Perform high-voltage holiday detection test in accordance with NACE SP0188, over 100 percent of coated surface areas to ensure pinhole -free finished coating system. 3. All work shall be accomplished in strict accordance with coating manufacturer's instructions and under direction of coating manufacturers representative. 3.06 HIGH SOLIDS EPDXY AND POLYURETHANE COATING SYSTEM A. Preparation: 1. Prepare surfaces in accordance with general preparation requirements and as follows: a. Prepare concrete surfaces in accordance with general preparation requirements. b. Touch up shop -primed steel and miscellaneous iron. c. Abrasive blast ferrous metal surfaces at jobsite prior to coating. Abrasive blast clean rust and discoloration from surfaces. d. Degrease or solvent clean, whip abrasive blast, power tool, or hand tool clean galvanized metal surfaces. e. Lightly sand (de -gloss) fiberglass and PVC pipe to be coated and wipe clean with dry cloths, or solvent clean in accordance with coating manufacturer's instructions. f. Abrasive blast clean ductile iron surfaces. B. Application: 1. Apply coatings in accordance with general application requirements and as follows: a. Apply a 3 -coat system consisting of: 1) Primer: 4 to 5 mils DFT high solids epoxy. 2) Intermediate coat: 4 to 5 mils DFT high solids epoxy. April 2016 - DRAFT 09960-13 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F101Specircatians/09960 (FRS -90) 6730F10 3) Topcoat: 2.5 to 3.5 mils DFT aliphatic or aliphatic -acrylic polyurethane topcoat. 2. Recoat or apply succeeding epoxy coats within 30 days or within time limits recommended by manufacturer, whichever is shorter. Prepare surfaces for recoating in accordance with manufacturer's instructions. 3.07 WATERBORNE ACRYLIC EMULSION A. Preparation: 1. Remove all oil, grease, dirt, and other foreign material by solvent cleaning in accordance with SSPC SP 1. 2. Lightly sand all surfaces and wipe thoroughly with clean cotton cloths before applying coating. B. Application: 1. Apply 2 or more coats to obtain a minimum DFT of 5.0 mils. 3.08 FIELD QUALITY CONTROL A. Each coat will be inspected. Strip and remove defective coats, prepare surfaces, and recoat. When approved, apply next coat. B. Control and check DFT and integrity of coatings. C. Measure DFT with calibrated thickness gauge. D. DFT on ferrous -based substrates may be checked with Elcometer Type 1 Magnetic Pull -Off Gauge or PosiTector® 6000. E. Verify coat integrity with low -voltage sponge or high-voltage spark holiday detector, in accordance with NAGE SP0188. Allow Engineer to use detector for additional checking. F. Check wet film thickness before coal -tar epoxy coating cures on concrete or non ferrous metal substrates. G. Arrange for services of coating manufacturer's field representative to provide periodic field consultation and inspection services to ensure proper surface preparation of facilities and items to be coated, and to ensure proper application and curing: 1. Notify Engineer 24 hours in advance of each visit by coating manufacturer's representative. 2. Provide Engineer with a written report by coating manufacturer"s representative within 48 hours following each visit. 3.09 SCHEDULE OF ITEMS NOT REQUIRING COATING A. General: Unless specified otherwise, the following items do not require coating: 1. Items that have received final coat at factory and are not listed to receive coating in field. 2. Aluminum, brass, bronze, copper, plastic (except PVC pipe), rubber, stainless steel, chrome, Everdur, or lead. 3. Buried or encased piping or conduit. April 2016 - DRAFT 09960-14 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/O9950 (FRS -90) 6730F10 4. Exterior concrete. 5. Galvanized steel wall framing, galvanized roof decking, galvanized electrical conduits, galvanized pipe trays, galvanized cable trays, and other galvanized items: a. Areas on galvanized items or parts where galvanizing has been damaged during handling or construction shall be repaired as follows: 1) Clean damaged areas by SSPC SP 1, SP 2, SP 3, or SP 7 as required. 2) Apply 2 coats of a galvanizing zinc compound in strict accordance with manufacturer's instructions. 6. Grease fittings. 7. Fiberglass ducting or tanks in concealed locations. 8. Steel to be encased in concrete or masonry. 3.10 SCHEDULE OF SURFACES TO BE COATED IN THE FIELD A. In general, apply coatings to steel, iron, galvanized surfaces, and wood surfaces unless specified or otherwise indicated on the Drawings. Coat concrete surfaces and anodized aluminum only when specified or indicated on the Drawings. Color coat all piping as specified in Section 15075. B. The following schedule is incomplete. Coat unlisted surfaces with same coating system as similar listed surfaces. Verify questionable surfaces. C. Concrete: 1. Vinyl ester: a. Secondary containment: All concrete surfaces inside chemical containment areas including inside wall surfaces, top of wall surfaces, sump area, and tank fill area, including equipment pads and tank pads. b. Suitable for 72 hours submerged in: 1) 10 -percent to 25 -percent hydrofluosilicic acid solution. c. Concrete floor surfaces in chemical containment areas shall have a non skid surface. 2. High solids epoxy: a. Safety markings. D. Metals: 1. High solids epoxy and polyurethane system: Interior and exterior non immersed ferrous metal surfaces including: a. Doors, doorframes, ventilators, louvers, grilles, exposed sheet metal, and flashing. b. Pipe, valves, pipe hangers, supports and saddles, conduit, cable tray hangers, and supports. c. Motors and motor accessory equipment. d. Drive gear, drive housing, coupling housings, and miscellaneous gear drive equipment. e. Valve and gate operators and stands. f. Structural steel including galvanized structural steel. 1) Exposed metal decking. g. Exterior of tanks and other containment vessels. h. Mechanical equipment supports, drive units, and accessories. i. Pumps not submerged. April 2016 - DRAFT 09960-15 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F101Specircatians/09960 (FRS -90) 6730F10 2. High solids epoxy system: a. Field priming of ferrous metal surfaces with defective shop -prime coat where no other prime coat is specified; for non -submerged service. b. Bell rings, underside of manhole covers and frames. c. Sump pumps and grit pumps, including underside of base plates and submerged suction and discharge piping. d. Chlorine diffuser supports. e. Exterior of submerged piping and valves other than stainless steel or PVC piping. f. Submerged pipe supports and hangers. g. Stem guides. h. Vertical shaft mixers and aerators below supports. i. Other submerged iron and steel metal unless specified otherwise. j. Interior surface of suction inlet and volute of submersible influent pumps. Apply coating prior to pump testing. k. Submerged piping. I. Exterior of influent pumps and influent pump submerged discharge piping. E. Fiberglass and PVC pipe surfaces: 1. Waterborne acrylic emulsion. a. Fiberglass expose to sunlight. b. PVC piping exposed to view. c. ABS piping as determined by Engineer. END OF SECTION April 2016 - DRAFT 09960-16 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/O9950 (FRS -90) 6730F10 SECTION 10400 SIGNAGE PART1 GENERAL 1.01 SUMMARY A. Section includes: Plastic and metal signs for building and site use. 1.02 SUBMITTALS A. Product data: B. Shop drawings: Include lists of sign types, sizes, text, and colors; mounting details; locations; and cast metal plaque rubbings and templates. C. Samples: Include actual materials. D. Manufacturer's installation instructions. 1.03 QUALITY ASSURANCE A. Manufacturer qualifications: Manufacturer of proposed products for minimum 5 years with satisfactory performance record of minimum 5 years. B. Installer qualifications: Manufacturer approved installer of products similar to specified products on minimum 10 projects of similar scope as Project with satisfactory performance record. C. Regulatory requirements: Provide signage in accordance with Americans with Disabilities Act as published in the Federal Register, Volume 56, No. 144, Friday, July 26, 1991. PART 2 PRODUCTS 2.01 PLASTIC SIGNAGE SYSTEM A. Manufacturers: 1. One of the following or equal: a. Best Manufacturing Sign Systems, Montrose, CO; System 900013. b. Andco Industries Corp., Greensboro, NC; equivalent product. c. Vomar Products, Inc., Sepulveda, CA; equivalent product. B. Attachment: 1. Vinyl tape, self -adhering. C. Lettering: 1. Helvetica medium, 3/4 inches high. April 2016 - DRAFT 10400-1 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10ISpecifcations/10400 (FRS -90) 6730F10 D. Material for interior use: 1. Plastic 1/8 -inch thick raised letters. E. Material for exterior use: 1. Fiberglass 1/4 inch thick with high gloss finish, raised letters, blasted from single piece of fiberglass for integral letter and background. 2. No adhesive as mechanical fastening of letters shall be allowed. F. Colors: 1. As selected by Engineer from manufacturer's standard colors. G. See Schedule A for specific sign size, location, text, pictogram, and quantity. 2.02 METAL SAFETY SIGNS A. Manufacturer: Meeting OSHA Requirements; 40 -mil thick aluminum with baked enamel finish. One of the following or equal: 1. Seton Name Plate Co., Branford, Connecticut, Special Wording. 2. Emedco, Buffalo, New York. B. Danger sign colors: 1. Background: White. 2. Heading: White lettering on red oval with white border in black rectangular panel. 3. Message: Black lettering on white. 4. Size: As scheduled. C. Caution sign colors: 1. Background: Yellow. 2. Heading: Yellow lettering on black rectangular panel. 3. Message: Black lettering on yellow. 4. Size: As scheduled. D. Safety instruction signs: 1. Background: White. 2. Heading: White lettering on green rectangular panel. 3. Message: Black lettering. 4. Size: As scheduled. E. Warning sign colors: 1. Background: Orange. 2. Heading: Black lettering on orange diamond in black rectangular panel. 3. Message: Flack lettering on orange. 4. Size: As scheduled. F. Notice information signs: 1. Background: White. 2. Heading: White lettering on blue rectangular panel 3. Message: Black lettering. 4. Size: As scheduled. April 2016 - DRAFT 10400-2 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/10400 (FRS -90) 6730F10 G. Fasteners: Round head stainless steel bolts or screws. H. See Schedule B for specific sign size, location, text, and quantity. 2.03 EXTERIOR INFORMATION SIGNS A. Able to withstand 130 miles per hour wind load without damage: 1 Manufacturers: One of the following or equal: a. Best Manufacturing Sign Systems, Montrose, CO; equivalent product. b. Andco Industries Corp., Greensboro, NC; equivalent product. c. Vomar Products, Inc., Sepulveda, CA; equivalent product. B. Sign panel: Nominal 3 inches thick, consisting of 1/8 -inch thick fiberglass material with integral returns fully encapsulating wood and foam core, 118 -inch radius edges and corners, size as indicated on the Drawings. C. Text: Helvetica medium, size and wording as indicated on the Drawings. D. Posts: Nominal 3 inch square extruded aluminum sections with aluminum fillers at top and bottom, mounting hardware, and aluminum baseplates drilled for anchor bolts. E. Fasteners: Manufacturer's standard, suitable for application and wind load. F. Colors: As selected from manufacturer's standard colors. 2.04 CAST METAL PLAQUE A. Manufacturers: One of the following or equal: 1. Andco Industries Corp., Greensboro, NC. 2. Southwell Co., San Antonio, TX. 3. ARK-RAMOS Inc., Oklahoma City, OK. B. Material: Cast bronze. C. Size: Approximately 28 by 34 inches by minimum 3/16 inches thick; lettering, center panel, and trim raised 1/8 inch. D. Lettering: Text as indicated on the Drawings. Verify before fabrication. E. Finishes: 1. Lettering, center panel, and trim: Fine satin. 2. Background: Finely pebbled, oxidized to dull black color. F. Mounting: Concealed with fasteners. 2.05 HAZARD MATERIAL SIGNALS A. Manufacturer: One of the following or equal: 1. Seton Name Plate Co., Branford, Connecticut. 2. Emedco, Buffalo, New York. April 2016 - DRAFT 10400-3 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10ISpecifcations/10400 (FRS -90) 6730F10 B. Hazard material signals: In accordance with NFPA 704, 2007; vinyl panels, letters, and symbols with pressure sensitive adhesive, sizes as required for viewing distances, letters and symbols in accordance with Schedule C. 2.06 CAST ALUMINUM LETTERS A. Manufacturers: 1. One of the following or equal: a. Metal Arts, Mandan, ND. b. Southwell Company, San Antonio, TX. c. OMC Industries, Bryan, TX. B. Material: 1. Cast aluminum. C. Text size and font: 1. As indicated on the Drawings. D. Finish: 1. Black duranodic coating. E. Mounting: 1. Projected jamb nut mounting, concealed. PART 3 EXECUTION 3.01 PREPARATION A. Protect adjacent surfaces which may be damaged by installation of signs. B. Prepare substrates in accordance with sign manufacturer's instructions. C. Remove scale, dirt, grease, and other contaminates from substrates. 3.02 INSTALLATION A. Install signs in accordance with sign manufacturer's instructions. B. Fasten signs securely in level, plumb, and true to plane positions. C. Install signs where indicated on the Drawings or as indicated in the following schedules. 3.03 SCHEDULES A. Plastic Signage System Schedule. B. Metal Safety Sign Schedule. C. Hazard Material Signals. END OF SECTION April 2016 - DRAFT 10400-4 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/10400 (FRS -90) 6730F10 SCHEDULE A PLASTIC SIGNAGE SYSTEM SCHEDULE A. Room Names: 1. Location: On wall outside room adjacent to latch side of doors or when not enough space on latch side, on nearest adjacent wall. 2. Height: 60 inches above floor to center or sign. 3. Size: 6 inches square. 4. Colors: As selected by Engineer. 5. Text: HFS Feed Room B. Fire Extinguishers: 1. Location: Adjacent to fire extinguishers. 2. Height: 60 inches above floor to center of sign. 3. Size: 6 inches square. 4. Colors: White letters on OSHA Red background. 5. Text: FIRE EXTINGUISHER. END OF SCHEDULE A PLASTIC SIGNAGE SYSTEM SCHEDULE April 2016 - DRAFT 10400-5 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10ISpecifcations/10400 (FRS -90) 6730F10 SCHEDULE B METAL SAFETY SIGN SCHEDULE A. NONPOTABLE WATER: 1. Location: At impure water and nonpotable water hose valves in accordance with Typical Detail M276. 2. Height: In accordance with Typical Detail. 3. Size: 10 inches wide by 7 inches high. 4. Heading: DANGER 5. Wording: DO NOT DRINK THIS WATER B. HYDROFLUOSILICIC ACID CONTAINMENT AREA: 1 Location: On exterior wall of containment areas, storage tanks and rooms. 2. Height: 3. Size: 4. Heading: CAUTION 5. Wording: HYDROFLUOSILICIC ACID CONTAINMENT STRUCTURE DO NOT PROP DOOR OPEN C. REMOTELY CONTROLLED AUTOMATIC EQUIPMENT: 1. Location: On front and back of equipment that starts automatically by remote control. 2. Height: 3. Size: 4. Heading: DANGER 5. Wording: THIS EQUIPMENT STARTS AUTOMATICALLY BY REMOTE CONTROL D. HIGH VOLTAGE WARNING: 1. Location: On front and back of equipment, adjacent to doors to rooms containing devices, and devices that operate at 600 volts or greater. 2. Height: 3. Size: 4. Heading: DANGER 5. Wording: HIGH VOLTAGE KEEP OUT E. NO SMOKING INFORMATIONAL SIGNS: 1. Location: On exterior face of wall, adjacent to each entry point (exterior door) to all buildings. 2. Height: 60 inches above floor to center of sign. Where metal safety signs are also located adjacent to entry points, place no smoking signs below these signs. 3. Size: 6 inches square. 4. Heading: None. 5. Wording: None. 6. Pictogram: International "No Smoking" symbol. END OF SCHEDULE B METAL SAFETY SIGN SCHEDULE April 2016 - DRAFT 10400-6 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/10400 (FRS -90) 6730F10 SCHEDULE C HAZARD MATERIAL SIGNALS A. HAZARD SIGNAL FOR HYDROFLUOSILICIC ACID (Fluoride) 23 PERCENT: 1. Location: At entrances to locations where stored and on storage tanks. 2. Height: 3. View Distance: 4. Health: 3 5. Flammability: 0 6. Reactivity: 0 7. Special: COR END OF SCHEDULE C IDENTIFICATION DEVICE SCHEDULE April 2016 - DRAFT 10400-7 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10ISpecifcations/10400 (FRS -90) 6730F10 This page intentionally left blank SECTION 11244 LIQUID CHEMICAL PERISTALTIC HOSE TRANSFER PUMPS PART1 GENERAL 1.01 SUMMARY A. Section includes: Positive displacement peristaltic hose pumps complete with drives, controls, and features specified and scheduled in this Section. B. Tag numbers: 1. Refer to Pump Schedule in this Section. 1.02 REFERENCES A. National Electrical Manufacturer's Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum). B. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects. 1.03 DEFINITIONS A. NEMA: 1. Type 4X enclosure in accordance with NEMA 250. 1.04 SYSTEM DESCRIPTION A. General: 1. Provide positive displacement, peristaltic hose type chemical transfer pumps; accessories, and other items required for a complete and operational system. 2. Each chemical transfer pump system shall include, but not be limited to, the following items, which shall be supplied by the chemical transfer pump manufacturer: a. Pumps. b. Motors. c. Variable speed drives. d. External pressure relief valves. e. Leak Detection system. B. Fluid characteristics: 1. Hydrofluosilicic acid: a. Dry chemical formula: H2F6Si b. Solution concentration: 23 percent by weight. c. Solution pH: 1.2 d. Solution specific gravity: 1.223 C. Design requirements: 1. Check valves and seals: a. Check valves and diaphragms are not permitted. April 2016 - DRAFT 11244-1 pw:11CarallaiDocuments1ClientlrX/Corpus Christi16736F10ISpecifcalions/11244 (FRS -90) 6730F10 b. Dynamic seals in contact with the pumped liquid are not permitted. c. Pumped liquid shall be contained within pump hose or tubing and shall not directly contact any rotary or metallic components. 2. Pumps: a. Dry self -priming, capable of being run dry without damaging effects to pump or tube. b. Maximum suction lift capability of up to 30 feet vertical water column. c. Maximum pressure rating of 230 pound per square inch. d. Flow shall be proportional to rotor speed and reversible in direction. e. Shafting and couplings: Design shafting and couplings to withstand a minimum of 1.5 times the maximum operating torque or other imposed loads. f. Supports: 1) Provide pump and driver factory -mounted on a common base. 2) Design anchor bolts to withstand a minimum of 1.5 times the maximum imposed operating loads or 1.0 times the imposed seismic loads, whichever is greater. 3. Pump performance characteristics: As specified in Pump Schedule in this Section. 4. Motor characteristics: As specified in this Section. 5. Variable speed drive characteristics: As specified in this Section. D. Performance requirements: 1. Systems shall deliver the pressures and volumes listed for their respective services in the Pump Schedule in this Section. 1.05 SUBMITTALS A. Product data: 1. Manufacturer's literature, illustrations, specifications, and bill of materials for each component of the system. a. Data shall include a complete description in sufficient detail to permit comparison with this Section. 2. Strike data for materials and components not provided as part of the Work. B. Shop drawings: 1. Provide a list of parameters, ratings, or other characteristics where the proposed chemical feed systems deviate from the requirements. 2. Dimensions, including anchoring layout, materials of construction, size, weight, and performance data. 3. Shop drawings for all accessory items. 4. Drawings: Provide electrical and instrumentation drawings showing coordination with electrical control devices operating in conjunction with the associated feed system. 5. Dimensioned inlet and outlet connections. 6. Current NSF 61 Certification for components to be in contact with associated chemical or potable water. 7. Provide data showing chemical compatibility and history of service with the associated chemical for materials in the system. C. Design data, test reports, certificates, manufacturer's instructions, manufacturer's field reports. April 2016 - DRAFT 11244-2 pw:llCarollofDocuments+Clientlrx/Corpus Christi16730F10ISpecificalions/11244 (FRS -90) 6730F10 1 Manufacturer's installation and checkout instructions for components and accessories. 2. Transfer pumps: a. For each pump type, submit calibration charts and tables relating flow rate to speed. b. Submit calculations for each transfer pump showing the suitability of each pump for the suction and discharge conditions of each application point. 3. Certificates: a. Manufacturer's Representative's qualifications. b. Manufacturer's certificate stating that the materials of construction are compatible with the pumped fluid. c. Manufacturer's Certificate of Source Testing. d. Manufacturer's Certificate of Installation and Functionality Compliance. e. Certified results of vacuum testing. f. Certified bearing life. 4. Calibration curves for each pump relating speed to flow rate shall be supplied. a. Capacity control shall be 0 to 100 percent with delivery repeatable within plus or minus 1 percent accuracy over at least a 10 to 1 range. b. Certified factory test data showing metering accuracy and repeatability for a minimum of 10 machined hoses of the sizes specified with each hose operating for a minimum of 500 hours each. c. Provide characteristic curves for variable speed pumps for both actual maximum pump speed and for speed required to obtain minimum pump flow required. d. Motor and VFD supplier shall carefully review the intended application of the VFD and certify in writing that sizes provided are adequate for continuous or intermittent operations (whichever is the most severe operating condition. 5. Submit copies of complete Operation and Maintenance Manuals covering each piece of equipment, including instrumentation. a. Provide all safety considerations relating to operations and handling of the associated chemical. b. Maintenance data shall include all information and instructions required by plant personnel to keep equipment properly cleaned, lubricated, and adjusted so that it functions economically throughout its full design life. c. Lubrication charts and tables of alternate lubricants. d. Name, address, and phone number of manufacturer and manufacturer's local service representative. 1.06 QUALITY ASSURANCE A. As specified in Section 15050. B. Manufacturer qualifications: 1. Minimum 5 years of experience in production of equipment substantially similar to the specified equipment. 2. Submit evidence of satisfactory operation of units similar to the specified units in at least 5 separate facilities in accordance with the following requirements: a. All units on the submitted installation list shall utilize the same design for critical components as specified for this project. b. The 5 installations shall satisfy the following requirements: 1) Years in service: Minimum 5 years. April 2016 - DRAFT 11244-3 pw:11CarallaiDocuments1ClientlTX/Corpus Christi16736F10ISpecifcalions/11244 (FRS -90) 6730F10 2) Service: Municipal water in U.S. or Canada. c. Multiple units at a plant shall be considered as 1 installation toward meeting the experience requirements. Fulfillment of the specified experience requirements shall be a condition of acceptance. C. Pre -installation meetings. 1.07 DELIVERY, STORAGE, AND HANDLING A. Packing, shipping, handling and unloading: 1. Pack for shipping and outdoor storage at the project site for up to 3 months. 2. Apply temporary corrosion protective coatings to unpainted components and pack components to protect from the elements. 3. Ship pump and drive completely assembled. 4. Ship hose element installed in pump. B. Acceptance at site: 1. Equipment and materials shall be inspected against approved shop drawings at time of delivery. 2. Equipment and materials damaged or not meeting requirements of the approved shop drawings shall be immediately returned to the system manufacturer for replacement or repair. C. Storage and protection: 1. Protect the pump system and components at the site and during installation prior to project completion. 2. Store and safeguard equipment, material, instructions, and spare parts in a dry location in accordance with system manufacturer's written instructions. 1.08 WARRANTY A. As specified in Section 15050. B. Extended warranty: 1. Provide an additional 2 years manufacturer's warranty, issued in the name of the Owner, for all equipment provided under this Section. 1.09 MAINTENANCE A. Extra materials: 1. Spare parts: Furnish the following spare parts packed and labeled for warehouse storage: a. 4 hose elements for each pump. b. 1 complete spare parts kit for each pump provided. c. 1 spare parts kit for each size and type of pressure relief valve. d. 2.Two hose lubricant refills. e. An initial supply of all oils, greases, and lubricants required to start operations. 1) Supply an amount of these materials equivalent to 1 year of continuous operation for each system. April 2016 - DRAFT 11244-4 pw:llCarollofDocuments+Clientlrx/Corpus Christi16730F10ISpecificalions/11244 (FRS -90) 6730F10 B. Supply spare parts and special tools as required by manufacturer for proper pump maintenance. PART 2 PRODUCTS 2.01 GENERAL A. A single pump manufacturer shall furnish and coordinate all drives and pump components specified in this Section, including motors, gears, couplings, supports, and other specified accessories and appurtenances to ensure compatibility and integrity of the individual components. B. The manufacturer of the pumps shall have sole -source responsibility for furnishing the complete assemblies and meeting the specified performance requirements. C. Pump shall match the transfer pump currently in use. 2.02 PUMPS A. Pump manufacturer: The following, no equal: 1. Watson -Marlow Bredel Pumps, Series 40. B. Type: Simplex chemical proportioning pumps of the peristaltic hose type. C. General 1. Horizontal, Positive displacement, peristaltic hose pump 2. Capable of operating in either direction without flow variation 3. Capable of running dry without damage to pump or hose 4. Capable of pulling 95% of full vacuum 5. Repeatability: ± 1% accurate 6. Valveless/Glandless design with no dynamic seals in contact with the pumped product. 7. Pump shall be capable of being rotated in 90 -degree increments for four (4) different port -mounting configurations. 8. Direct Coupled gear drive arrangement as specified herein. 9. Pump hardware shall be galvanized steel. D. Hose and Lubricant 1. Hose shall be manufactured of three -layer elastomer with an extruded inner wetted layer of EPDM, four layers of nylon reinforcement, and a Natural Rubber outer layer. Hose outside diameter shall be machined to maintain a wall thickness within + 0.25 mm tolerance. The hose external surface shall have a surface roughness of Ra 8+ 4p. Hoses must have a smooth extruded internal surface and have tolerance controlled through machining. Hoses that do not meet these minimum requirements are not acceptable. 2. Minimum Static Burst Pressure rating of 800 psi. 3. 53-68 shore A durometer. 4. Hose must be replaceable without cover or pump removal. 5. Pump housing shall contain a NSF -listed food -grade glycerin based hose lubricant blended to provide a medium for cooling and lubrication. April 2016 - DRAFT 11244-5 pw:11CarallaiDocuments1ClientlTX/Corpus Christi16736F10ISpecifcalions/11244 (FRS -90) 6730F10 E. Pump Housing, Rotor, and Internal Bearing Frame 1. Housing construction: Pump housing shall be cast iron and shall be supplied with an internal bearing hub to support the rotor on its own bearings. Provide a threaded drain plug at the lowest point of the pumping chamber to allow complete drainage of lubricant. a. Cast Iron ASTM A48 Class 25 2. Pump rotor a. Rotor shall be cast iron with two pressing shoes located 180 degrees apart. To perfectly match the pump to the process conditions and eliminate slip, shoe occlusion must be adjustable. Rotors incorporating rollers or fixed occlusion shoes are unacceptable. 1) Cast Iron rotor ASTM A48 Class 25 with adjustable, shimmable shoes constructed of epoxy or extruded aluminum as recommended by the manufacturer. Shims shall be constructed of 316 Stainless Steel with a shim thickness of 0.5 mm. The specified manufacturing tolerance of the hose, when compressed, shall not exceed the occlusion setting of one shim. 3. Internal Bearing Frame a. Pump rotor shall be independently supported on its own set of heavy duty ball bearings such that the bearings are located directly under the rotor's load. Bearings shall be supported by the bearing hub located within the pump housing and shall be sealed via a dynamic seal. Bearings shall be sealed and greased for life. Pumps which use pump lubricant to lubricate the bearings, external bearing frames which allow overhung loading and require long coupling configurations, or close coupling where the rotor is not supported by pump bearings are not acceptable. b. Gearing shall be direct coupled to the back of the pump housing and shall be completely isolated from the process fluid and pump fluid through the sealed bearing hub. Gear unit and drive components shall be serviceable without removal of the pump rotor. F. Flanged Connectors 1. Supply pump with flanged inlet and outlet to ANSI/ASA 150# standards with wetted inserts compatible with the process fluid as indicated in the Process Pump Schedule. Flange construction: a. 316 Stainless Steel 2. Pump hose shall extend from the pumping chamber to allow visual confirmation of hose/flange insert connection. Flange insert shall be secured to the pump hose via a single band clamp. Securing the hose using multiple clamps or internal compression fittings that cannot be visually verified as secure without disassembly of the pump is not acceptable. 3. Flange supports shall be of one piece construction and shall secure to the pump housing via two or four bolts to maintain a compression seal between the pump housing and hose. Flange support construction: a. 316 Stainless Steel G. Pump Cover 1. Pump cover shall be constructed of Cast Iron a. ASTM A245 Class 36 April 2016 - DRAFT 11244-6 pw:llCarollofDocuments+Clientlrx/Corpus Christi16730F10ISpecificalions/11244 (FRS -90) 6730F10 2. Viewing Window: Equip cover with a viewing window constructed of PMMA to allow clear visual confirmation of direction of rotation. Window shall be marked with a minimum lubricant registration mark for proper indication of lubricant level when pump is stationary. The window shall be large enough to replace pressing shoes and allow shim adjustment without removing pump cover. 3. Cover Mounting: Pump covers shall be bolted along the perimeter to the pump housing and shall seal via a captive quadring seal. H. Frame 1. Support frame shall be torsion free and constructed of formed hot dipped galvanized steel with a coating thickness of 15 microns. Welded steel or modular adjustable frames are not acceptable. I. High lubricant leak detector 1. Provide a float type magnetic reed switch located near the top of the pump to detect leakage of pumped product into the pump housing. 2. Supply sensor Normally Closed with the ability for field adjustment to Normally Open 3. Pump manufacturer to supply switch only. Contractor is responsible for alarm and relay to turn pump off unless otherwise specified herein. 4. Float switch shall be rated to the following maxima: a. Vmax = 240VAC b. Imax = 1 Amp c. Pmax = 50VA J. Revolution Sensor 1. Provide inductive type sensor to detect rotor revolutions. Mount sensor on the rear of the pump housing. 2. Pump manufacturer to supply sensor only. Contractor is responsible for any additional equipment which may be required to integrate this into their control system. 3. Inductive sensor actuates a non -maintained NO switch when triggering device passes the sensor. When inductive sensor is powered and pump is in operation a pulse waveform is generated. 4. Inductive sensor shall be rated to the following maxima: a. Vmax = 30VDC b. Imax 150 mA c. Pmax = 4.5VA 2.03 DRIVE SYSTEM A. Direct Coupled Gearing with Fully Protected Drive Mounting 1. Provide gearing with Fully Protected Drive direct -coupled mounting to the pump housing. a. The gearbox shall bolt directly to the pump housing which shall include a buffer zone between the gearing and pump head to prevent gearbox contamination from pump fluid or lubricant in the event of a hose lubricant seal failure. The pump's internal bearing hub shall be vented through the rear of the pump housing to allow visual detection in the event of a hose lubricant seal failure. April 2016 - DRAFT 11244-7 pw:11CarallaiDocuments1Client/FX/Corpus Christi16736F10/Specifcalions/11244 (FRS -90) 6730F10 b. Close coupled pump designs which utilize the gearbox to seal the pump housing and expose the gearbox to lubricant or pumpage are not acceptable. c. Long coupled pumps which require external couplings, coupling alignment, and coupling guards are not acceptable. 2. Design gear reduction to match output speed requirement of the pump using two or three -stage gearing and matching torque rating of pumping equipment. Gearing shall be classified for continuous heavy shock duty, 24 hr duty with a minimum of 1.4 service factor. a. Ultra -compact, high torque planetary gearing with cast iron housing B. Motors 1. Provide premium efficient, TEFC or TENV, squirrel -cage induction motors, NEMA C face, conforming to the latest applicable requirements of NEMA, IEEE, ANSI, and NEC standards. 2. Provide motor HP in accordance with Process Pump Schedule. 3. Motors are to be designed for continuous duty for 3-phase, 2301460VAC operation, NEMA Design B with torque and starting currents in accordance with NEMA MG1-1993-12.35 and 12.38. Ratings to be based on a 40 degree C ambient 3,300 feet altitude or lower operation with a maximum temperature rise of 80 degree by resistance C at 1.0 service factor (and 90 degree C rise 1.15 service factor). 4. Motors shall be furnished with Class F insulation utilizing materials and insulation systems evaluated in accordance with IEEE 117 classification tests. Motors shall have 1.15 service factor but shall be selected for operation within their full load rating without applying the service factor. 5. Bearings shall be selected to provide L10 rating of 100,000 hrs minimum for C - face flexible coupled applications. For frame sizes 56-140, bearings shall be permanently lubricated. For frame sizes 180 and larger, proved capped grease fitting. 6. For frame sizes 180 and larger, motor enclosure including frame, end brackets locking bearing inner caps, fan guard, and conduit box and cover shall be cast iron, ASTM Type A48, Class 25 or better. Conduit box shall be diagonally split with tapped NPT threaded conduit entrance hole, neoprene conduit box cover gasket, neoprene lead seal gasket between box and motor frame, and ground lug. For frame sizes 56-140, motor enclosure, fan guard, conduit box, and cover shall be carbon steel. End shield shall be constructed of aluminum. Conduit box shall be top mounted with F1/F2 conduit entrance holes, grounding lug, and neoprene conduit box gasket between box and motor frame. 7. External cooling fan on TEFC motors shall be corrosion resistant, non - sparking, bi-directional, keyed, clamped, and shouldered on the motor shaft. 8. Motor rotor construction shall be die cast aluminum, fabricated copper, or their respective alloys. Motor shall have copper windings. 9. Motor leads shall be nonwicking type permanently numbered for identification. 10. All motors shall be premium efficient with minimum efficiencies exceeding NEMA MG1-1993 Table 12-10. Motor efficiency shall be determined in accordance with NEMA MG1-1993-12.58.1 and full load efficiency labeled on motor nameplate in accordance with NEMA MG1-1993-12.58.2 11. Motors shall suitable for use with PWM type variable frequency drives. Motors frame size 56-180 shall be rated for 10:1 constant torque continuous duty over April 2016 - DRAFT 11244-8 pw:llCarollofDocuments+Clientlrx/Corpus Christi16730F10ISpecificalions/11244 (FRS -90) 6730F10 6-60 Hz. Larger frame motors shall be rated for 4:1 constant torque continuous duty over 15-60 Hz. 12. Acceptable Manufacturers — Reliance Electric or approved equal. C. Remote control inputs: a. None D. Status outputs: a. Up to 6 relay contacts rated 2A at 120 VAC, NO or NC, software configurable for the following: 1) RUN status. 2) FORWARD/REVERSE status. 3) AUTO/MANUAL status. 4) DRIVE FAIL status. 5) TUBE LEAK status. 6) HIGH PRESSURE. 7) HIGH LEVEL. 8) HIGH MOTOR TEMPERATURE. b. Speed output: Analog 4-20 mA or 0-10 VDC. 2.04 INSTRUMENTATION AND CONTROLS A. The hose transfer pump MANUFACTURER/supplier shall provide one local Vendor Control Panel (VCP) for both pumps, and send the pump status signals back to the SCADA system. This control panel will be mounted next to the Hose Transfer Pumps as shown on the Drawings. B. Vendor Control Panel shall include the following items: 1. Components: a. Provide all components in accordance with Section 17710. b. VCP shall have provisions for communication with the plant SCADA system via Ethernet. 2. Enclosure: 1) NEMA 4X — rating in conformance with Sections 16050 and 17710. 3. The control panel shall be UL approved and labeled. 4. Control Devices: a. Vendor Control Panel (VCP): 1) Provide PUMP 1 -PUMP 2 selector switch for the overall system. 2) Provide RUN pushbutton to start the selected pump. 3) Provide EMERGENCY STOP mushroom head pushbutton to stop the selected pump. 4) Provide the following indicators: a) Overall System Indicators: (1) White power on indicator (2) Green system run indicator (3) Amber system alarm indicator (4) Red High Level alarm for all tanks coupled with local horn (5) Red Maximum Day Tank Weight alarm interlocked to transfer pumps. b) Hose Transfer Pumps (one for each). (1) Green run indicator. (2) Red fault indicator. April 2016 - DRAFT 11244-9 pw:11CarallaiDocuments1ClientlTX/Corpus Christi16736F10ISpecifcalions/11244 (FRS -90) 6730F10 5. Instrumentation: a. Scale to measure the Day Tank weight will be provided by the contractor. The signal must be hardwired to the VCP. b. Level sensors for all chemical tanks hardwired to an audible alarm. 6. Hose Transfer Pump Operation: a. References: 1) 31 -PID -1706 b. Abstract: 1) The two hose transfer pumps are both dedicated to a single bulk storage tank. 2) Both hose pumps may only be controlled locally at the VCP, and the signal will be sent back to SCADA. 3) Only one hose pump may operate at a time, designated by the selector switch on the VCP. 4) The Day Tank scale is hardwired to the VCP to prevent the selected pump from operating if the scale reaches a maximum set threshold. c. Hardwired Control: 1) There is no LOR switch. The system only operates in Local mode. a) The emergency stop button functions to stop any hose pump operations. d. Hardwired interlocks 1) The entire system is stopped and prohibited from running if: a) The emergency stop pushbutton is activated. b) The scale sensor for the Day Tank exceeds a set threshold. e. VCP PLC Control: (1) None f. Software Interlocks: 1) None g. SCADA control: 1) None 2.05 ACCESSORIES A. Pressure relief valves: 1. Manufacturers: Asahi, Griffco Valve Inc., ChemLine Plastics, or equal. 2. Materials: a. Lower body, seat, ball guide, and ball: CPVC. b. Diaphragm: PTFE faced EPDM. c. Seat gasket: Viton. d. Adjusting bolt, locknut, control spring, and fasteners: Stainless steel. e. End connections: Flanged or socket weld. 3. In-line design, size as indicated on the Drawings and required by this Section. a. Valves shall be suitable for the service flow and pressure specified in this Section. 4. The pump supplier shall provide all pressure relief valves associated with the chemical system. 5. Set pressures shall be factory set at the levels scheduled in this Section. Valve settings shall be externally adjustable from 0 to 100 pound per square inch. 6. Provide 3 -port configuration for all pressure relief valves where piping back to a tank or connection to drain piping is indicated on the Drawings. B. Additional accessories: April 2016 - DRAFT 11244-10 pw:llCarollofDocuments+Clientlrx/Corpus Christi16730F10ISpecificalions/11244 (FRS -90) 6730F10 1 Additional accessories required for the system but not required to be supplied by the pump manufacturer include: a. Diaphragm seals as specified in Section 17401, except as modified in this Section: 1) Materials shall be compatible with the pumped liquid at the specified concentration and suitable for outdoor use and exposure. 2) Shutoff valve shall be provided. b. Pressure switches as specified in Section 17403. c. Pressure gauges as specified in Section 17404. d. Isolation valves as specified in Section 15111 for suction and discharge piping as indicated on the Drawings. 2.06 COATINGS A. Provide pump assembly primed and finish painted within manufacturer's standard paint specification 1. Primer Coat a. Two pack (component) epoxy resin primer b. Dry thickness 20-40 micron 2. Finish Coat a. Two pack (component) acrylate isocyanate combination b. Dry thickness 20-40 micron c. Color- RAL 3011 brown red 2.07 DUCONITe CHEM DUTY PROTECTION SYSTEM A. Manufacturer shall provide pumps with DuCoNite® Chem Duty protection system as specified below. Where materials of construction conflict with the above base specification for standard service hose pumps, the construction specified below shall take precedence. 1. Rotor, Cover, Housing, and all exposed metallic surfaces excluding hardware and shims shall be supplied with the DuCoNite® corrosion resistant surface treatment system. 2. Hardware a. All Internal Pump Hardware and Shims: Titanium b. All External Hardware: 316 Stainless Steel c. Flanges, Flange Brackets, and Hose Clamps: 316 Stainless Steel d. Flange Inserts: material as specified in the Process Pump Schedule 3. Plugs and Fittings: Drain plugs, vent housing, and level sensor housing shall be constructed of CPVC. 4. Viewing Window: Clear PVC 5. Compression Shoes: epoxy with titanium thread insert 6. All Seals: EPDM. 7. Mounting Frame: 316 Stainless Steel 8. Painting: Stainless Steel or DuCoNite® treated surfaces shall not be painted. 2.08 NAMEPLATES A. Each pump, gearbox and motor shall have, securely affixed in a conspicuous location, a stainless steel nameplate with raised letters providing the manufacturer's model, serial number, rating, range, speed and other pertinent data. April 2016 - DRAFT 11244-11 pw:11CarallaiDocuments1ClientlTX/Corpus Christi16736F10ISpecifcalions/11244 (FRS -90) 6730F10 2.09 SOURCE QUALITY CONTROL A. Tests and inspections: 1. Non -witnessed Inlet Vacuum Testing a. Test assembled Pump running on air. b. Run test fora minimum of 30 seconds and record vacuum reading which must meet or exceed 28" Hg Vacuum. c. In the event that specified tests indicate that the pump does not meet specifications, Engineer has the right to require complete tests for the pump at no additional cost to the owner. d. Repeat tests until specified results are obtained. e. Correct or replace promptly all defects or defective equipment revealed by or noted during tests at no additional cost to the Owner. 2. As specified in Sections 01756 and 15050. 3. As scheduled in this Section. PART 3 EXECUTION 3.01 INSTALLATION A. Installation shall be as indicated on the Drawings, in accordance with written instructions of the manufacturer, and as specified in Section 15050. 3.02 COMMISSIONING A. As specified in Section 01756 and this Section. B. Manufacturer services: C. Source Testing: 1. Pump: a. Performance test: Test level as scheduled; test as specified in Section 15958. D. Functional Testing: 1. Pump assembly: a. Performance test: Test level as scheduled; test as specified in Section 15958. April 2016 - DRAFT 11244-12 pw:llCarollofDocuments+Clientlrx/Corpus Christi16730F10ISpecificalions/11244 (FRS -90) 6730F10 Manufacturer Rep Onsite Source Testing (Witnessed or Non -witnessed) Training Requirements Installation Testing Functional Testing Process Operational Period Maintenance (hrs per session) Operation (hrs per session) Trips Days (each trip) Trips Days (each trip) Trips Days (each trip) Non -witnessed 2 2 1 1 1 1 24 hour on- call C. Source Testing: 1. Pump: a. Performance test: Test level as scheduled; test as specified in Section 15958. D. Functional Testing: 1. Pump assembly: a. Performance test: Test level as scheduled; test as specified in Section 15958. April 2016 - DRAFT 11244-12 pw:llCarollofDocuments+Clientlrx/Corpus Christi16730F10ISpecificalions/11244 (FRS -90) 6730F10 3.03 SCHEDULES A. Pumps: Tag Number HFS-PMP-02 Feed Point Plant 1 filtered water / Plant 2 filtered water Service Hydrofluosilicic Acid 23 percent Pump Type Peristaltic Hose Number of Pumps 1 lst Named Manufacturer's Model SPX40 Torsional Analysis Not Required Pump Characteristics Design Conditions Maximum Flow, (gallons per minute) 42 Minimum Flow, (gallons per hour) 4.2 Normal Flow, (gallons per hour) 40 Pump rpm 12.0 - 120 Maximum Discharge Pressure (psi) 50 Minimum Suction Lift (feet) 5 Relief Valve Setting (psig) 73 psig Pum • Materials Pump Housing/Enclosure Cast Iron Hose/Tubing Buna-N Rotor Cast Iron Pump Shaft Steel Alloy Pump Housing Support 316 Stainless Steel Pump Connections ANSI Flanged Driver Characteristics Driver Type TEFC Motor wNFD Drive Coupling Direct Minimum Driver Horsepower 5.0 Maximum Driver Speed, (rpm) 120 Service Factor 1.15 Voltage/Phases/Hertz 230/460-volt160 Hertz, 3-phase NEMA Enclosure Type NEMA 4X April 2016 - DRAFT 11244-13 pw:AlCarollo/DocumentsICIier4I1XICorpus Christi15739F1015peciFica ns111244 (FRS -90) 6730F10 Tag Number Service HFS-PMP-02 Relief Pressure (factory setting) Source Testing Test Witnessing 0-100 psig Not Witnessed Performance Test level 1 Functional Testin • Performance Test level 1 B. Pressure relief valves: Tag Number Service Spring Range Relief Pressure (factory setting) HFS-PRV-05 HFS 0-100 psig 73 psig END OF SECTION April 2016 - DRAFT 11244-14 pw:llCarollofDocuments+Clientlrx/Corpus Christi16730F10ISpecificalions/11244 (FRS -90) 6730F10 SECTION 11245 LIQUID CHEMICAL PERISTALTIC TUBE METERING PUMPS PART1 GENERAL 1.01 SUMMARY A. Section includes: Positive displacement peristaltic tubing pumps complete with drives, controls, and features specified and scheduled in this Section. B. Tag numbers: 1. Refer to Pump Schedule in this Section. 1.02 REFERENCES A. National Electrical Manufacturer's Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum). B. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects. 1.03 DEFINITIONS A. NEMA: 1. Type 4X enclosure in accordance with NEMA 250. 1.04 SYSTEM DESCRIPTION A. General: Provide positive displacement, peristaltic tubing type chemical metering pumps; accessories, and other items required for a complete and operational system. Each chemical metering pump system shall include, but not be limited to, the following items, which shall be supplied by the chemical metering pump manufacturer. 1. Pumps. 2. Motors. 3. Variable speed drives. 4. Calibration columns. B. Fluid characteristics: 1. Hydrofluosilicic acid: a. Dry chemical formula: H2F6Si b. Solution concentration: 23 percent by weight. c. Solution pH: 1.2 d. Solution specific gravity: 1.223 April 2016 - DRAFT 11245-1 pw:IlCarallatDocumentsl+Client!TX/Corpus Christi16136F10ISpecifcations111245 (FRS -90) 6730F10 C. Design requirements: 1. Check valves and seals: Check valves and diaphragms are not permitted. Dynamic seals in contact with the pumped liquid are not permitted. Pumped liquid shall be contained within pump tubing and shall not directly contact any rotary or metallic components. 2. Pumps: a. Dry self -priming, capable of being run dry without damaging effects to pump or tube. b. Maximum suction lift capability of up to 10 feet vertical water column. c. Maximum pressure rating of 60 pounds per square inch. d. Flow shall be proportional to rotor speed and reversible in direction. 3. Pump performance characteristics: As specified in Pump Schedule in this Section. 4. Motor characteristics: As specified in this Section. 5. Variable speed drive characteristics: As specified in this Section. D. Performance requirements: 1. Systems shall deliver the pressures and volumes listed for their respective services in the Pump Schedule in this Section. 1.05 SUBMITTALS A. Product Data. 1. Manufacturer's literature, illustrations, specifications, and bill of materials for each component of the system. Data shall include a complete description in sufficient detail to permit comparison. 2. Strike data for materials and components not provided as part of the Work. B. Shop drawings. 1. Provide a list of parameters, ratings, or other characteristics where the proposed chemical feed systems deviate from the requirements. 2. Dimensions, including materials of construction, size, weight, and performance data. 3. Drawings: Provide electrical and instrumentation drawings showing coordination with electrical control devices operating in conjunction with the associated feed system. 4. Dimensioned inlet and outlet connections. 5. Current NSF 61 Certification for components to be in contact with associated chemical or potable water. 6. Provide data showing chemical compatibility and history of service with the associated chemical for materials in the system. Design data, test reports, certificates, manufacturer's instructions, and manufacturer's field reports. 1. Chemical feed pumps: a. For each pump type, submit calibration charts and tables relating flow rate to speed. 2. Certificates: a. Manufacturer's Representative's qualifications. b. Manufacturer's certificate stating that the materials of construction are compatible with the pumped fluid. c. Manufacturer's Certificate of Source Testing. April 2016 - DRAFT 11245-2 pw:llCarol IofDocuments/CI ient/TX/Corpus ChnstU6730F10ISpecifications111245 (FRS -90) 6730F10 d. Manufacturer's Certificate of Installation and Functionality Compliance. 3. Calibration curves for each pump relating speed to flow rate shall be supplied. a. Capacity control shall be 0 to 100 percent with delivery repeatable within plus or minus 1 percent accuracy over at least a 10 to 1 range. D. Motor and VFD supplier shall carefully review the intended application of the VFD and certify in writing that sizes provided are adequate for continuous or intermittent operations (whichever is the most severe operating condition Closeout Documents. 1 Submit copies of complete Operation and Maintenance Manuals covering each piece of equipment, including instrumentation. a. Provide all safety considerations relating to operations and handling of the associated chemical. b. Maintenance data shall include all information and instructions required by plant personnel to keep equipment properly cleaned, lubricated and adjusted so that it functions economically throughout its full design life. c. Name, address and phone number of manufacturer and manufacturer's local service representative. 1.06 QUALITY ASSURANCE A. As specified in Section 15050. B. Manufacturer qualifications: 1. Minimum 5 years experience in production of equipment substantially similar to the specified equipment. 2. Submit evidence of satisfactory operation of units similar to the specified units in at least 5 separate facilities in accordance with the following requirements: a. All units on the submitted installation list shall utilize the same design for critical components as specified for this project. b. The 5 installations shall satisfy the following requirements: 1) Years in service: Minimum 5 years. 2) Service: Municipal water in U.S. or Canada. c. Multiple units at a plant shall be considered as 1 installation toward meeting the experience requirements. C. Pre -installation meetings. 1.07 DELIVERY, STORAGE, AND HANDLING A. Packing, shipping, handling and unloading: 1. Pack for shipping and outdoor storage at the project site for up to 6 months. Apply temporary corrosion protective coatings to unpainted components and pack components to protect from the elements. 2. Ship pump and drive completely assembled. Pumps shall arrive on site mounted in FRP panel enclosures with all valves, appurtenances, and connections for two pumps per panel. Panels will require connection of suction and discharge piping, and electrical and controls connections. B. Acceptance at site: 1. Equipment and materials shall be inspected against approved shop drawings at time of delivery. Equipment and materials damaged or not meeting requirements of the approved shop drawings shall be immediately returned to the system manufacturer for replacement or repair. April 2016 - DRAFT 11245-3 pw:11CarallatDocumentslCIient!TX/Corpus Christi16136F10ISpecifcations111245 (FRS -90) 6730F10 C. Storage and protection: 1. Protect the pump system and components at the site and during installation prior to project completion. 2. Store and safeguard equipment, material, instructions, and spare parts in a dry location in accordance with system manufacturer's written instructions. 1.08 WARRANTY A. As specified in Section 15050. B. Extended warranty: 1. Provide an additional two years manufacturer's warranty, issued in the name of the Owner, for all equipment provided under this Section. 1.09 MAINTENANCE A. Extra materials: 1. Spare parts: Furnish the following spare parts packed and labeled for warehouse storage: a. 4 tubing elements for each pump. b. 1 complete spare parts kit for each pump provided. c. 1 spare parts kit for each size and type of pressure relief valve. d. An initial supply of all oils, greases, and lubricants required to start operations. Supply an amount of these materials equivalent to 1 year of continuous operation for each system. PART 2 PRODUCTS 2.01 GENERAL A. A single pump manufacturer shall furnish and coordinate all drives and pump components specified in this Section, including motors, gears, couplings, supports, and other specified accessories and appurtenances to ensure compatibility and integrity of the individual components. B. The manufacturer of the pumps shall have sole -source responsibility for furnishing the complete assemblies and meeting the specified performance requirements. 2.02 PUMPS A. Pump manufacturer: One of the following or equal: 1. Watson -Marlow Bredel Pumps, model series as scheduled. B. Type: Simplex chemical proportioning pumps of the peristaltic tubing type. C. Features: 1. Replaceable tubing element design. 2. Fixed track providing 180 degrees of contact with tubing. 3. Guard door of a removable or hinged, breakaway design that provides a clear window for viewing rotor rotation. Guard door shall be tool-unlockable, and seal against the track or housing to contain leakage from tubing failure for direction to a waste port. April 2016 - DRAFT 11245-4 pw:llCarol IofDocuments/CI ient/TX/Corpus ChnstU6730F10ISpecifications111245 (FRS -90) 6730F10 4. Rotor assembly having a minimum of 2 equally spaced, spring-loaded roller arms that provide complete occlusion through a swept track angle of 180 degrees. Compression rollers shall provide gradual occlusion of the tubing and compensate for tubing dimensional tolerance. Tubing shall be fully compressed at all times by a minimum of 1 roller to prevent backflow. Spring tension shall be factory set for specified fluid and Manufacturer's recommended hose. Rotor shall include non -compressing follower rollers. 5. Other required features are a waste port for leak control and a system to detect tubing failure. Upon actuation, the leak detector shall STOP the pump, light a locally visible LED and sound a remote alarm. Leak detection outside of the pump housing is not acceptable. 6. Replaceable tubing elements shall have molded fittings, be self -locating when fitted into the pumphead, and be held in place on the suction and discharge by the element fittings. Tubing shall be replaceable without the use of tools and without disassembly of the pumphead. D. Materials: 1. Housing: Fluoropolymer powder coated cast aluminum or cast aluminum alloy. 2. Track: Polyphenylene sulfide (PPS). 3. Guard door: Impact -resistant polycarbonate. 4. Rotor: Polyphenylene sulfide (PPS). 5. Springs: helical, stainless steel. 6. Compression rollers/shoes: Type 316 stainless steel. 7. Bearings: Stainless steel. 8. Shafts: Type 316 stainless steel. 9. Seals: PTFE. 10. Guide rollers: 316 stainless steel. 11. Iron or carbon steel components are not acceptable for contact with hydrofluosilicic acid. E. Accessories: Pumps shall be equipped with: 1. Calibration column in suction piping. 2. Pressure relief valve in discharge piping. 3. Isolation valves and bypass valves F. Source quality control: 1. Tests and inspections: a. As specified in Section 15050. b. As scheduled in this section. 2.03 DRIVE A. Rating: Continuous 24 hour operation, 40 degrees Celsius ambient. B. Supply: 110-120 volt, 60 Hertz, 1 phase. Supply mains power cord at least 9 feet in length with standard 115 volt 3 -prong plug. C. Max drive power consumption: 135VA. D. Enclosure: NEMA 4X April 2016 - DRAFT 11245-5 pw:11CarallatDocumentslCIient!TX/Corpus Christi16136F10ISpecifcations111245 (FRS -90) 6730F10 E. Housing: Cast aluminum or cast aluminum alloy with pre-treatment and exterior grade corrosion resistant polyester powder coat. By nature of the environmental conditions, unpainted housings, including Type 316 stainless steel, are not acceptable. F. Pumps must meet the following minimum requirements for operator interface functionality: 1. Backlit graphical LCD capable of up to four lines of text with up to 16 characters per line to display pump speed, running status, flow rate, and programming instructions. 2. Keypad for start, stop, speed increment, speed decrement, forward/reverse direction, rapid prime, and programming. 3. Menu driven on screen programming of manual or auto control, flow and remote signal calibration, and general programming. 4. Programmable "Auto Restart" feature to resume pump status in the event of power outage interruption. 5. Programmable "Keypad Lock" to allow operator lockout of all keys except emergency start/stop. 6. Programmable "Maximum Speed" to allow operator to set the maximum speed of the pump within 0.2-220 revolutions per minute (rpm). G. Remote control inputs: 1. Speed control: a. Primary analog 4-20 mA or 0-10 VDC speed input, with input signal trimmable and speed scaleable over any part of the drive speed range. b. Secondary analog 4-20 mA or 0-10 VDC scaling input, with input signal trimmable and programmable scaling factor. c. Provisions for alternative remote accessory potentiometer (if supplied by others) for primary speed control or secondary speed scaling. 1) Start/Stop control: Via 5V TTL, 24V industrial logic or dry contact, configurable command sense allowing open to equal run or open to equal stopped. 2) Forward/Reverse control: Via 5V TTL, 24V industrial logic or dry contact. 3) Auto/Manual mode control: VIA 5V TTL, 24V industrial logic or dry contact. 4) Support RS485 data protocol. 5) Termination: Supply screw down terminals suitable for up to18 AWG field wire and accessible through glanded cable entry points on the pump. H. Status outputs: 1. Up to 6 relay contacts rated 2A at 120 VAC, NO or NC, software configurable for the following: a. RUN status. b. FORWARD/REVERSE status. c. AUTO/MANUAL status. d. DRIVE FAIL status. e. TUBE LEAK status. f. HIGH PRESSURE. g. HIGH LEVEL. h. HIGH MOTOR TEMPERATURE. April 2016 - DRAFT 11245-6 pw:llCarol IofDocuments+Cl ient/TX/Corpus ChnstU6730F10ISpecifications111245 (FRS -90) 6730F10 2. Speed output: Analog 4-20 mA or 0-10 VDC. I. Drive motor: 1. Brushless DC motor with integral gearbox and tachometer feedback. 2. Speed Control Range of 2200:1 from 0.1 to 220 rpm within 0.1 rpm throughout the range. 3. Horsepower to meet continuous duty at maximum pump speed and pressure requirements. 4. Closed loop microprocessor controlled drive with pulse width modulation at speeds above 35 rpm and synchronous mode with magnetic field rotation control below 35 rpm. 5. Circuitry complete with temperature and load compensation and protection. 6. Mounting: Drive shall be self-supporting and shall not require anchoring. 2.04 INSTRUMENTATION AND CONTROLS A. The metering pump skid MANUFACTURER/supplier shall provide one local Vendor Control Panel (VCP) for each skid. and send the pump status signals back to the SCADA system. This control panel will be mounted next to the Hose Transfer Pumps as shown on the Drawings. B. Vendor Control Panel shall include the following items: 1. Components: a. Provide all components in accordance with Section 17710. b. VCP shall have provisions for communication with the plant SCADA system via Ethernet. 2. Enclosure: 1) NEMA 4X — rating in conformance with Sections 16050 and 17710. 3. The control panel shall be UL approved and labeled. 4. Control Devices: a. Vendor Control Panel (VCP): 1) Provide LOCAL -OFF -REMOTE selector switch for the overall system. 2) Provide PUMP 1 -PUMP 2 selector switch for the skid. 3) Provide RUN pushbutton to start the selected pump. 4) Provide EMERGENCY STOP mushroom head pushbutton to stop the selected pump. 5) Provide the following indicators: a) Overall System Indicators: (1) White power on indicator (2) Green system run indicator (3) Amber system alarm indicator (4) Red Low Level alarm for the day tank (5) Red Minimum Day Tank Weight alarm interlocked to metering pump. (6) Red Solenoid Valve alarm interlocked to metering pumps. b) Metering Pumps (one for each). (1) Green run indicator. (2) Red fault indicator. 5. Instrumentation: a. Scale to measure the Day Tank weight will be provided by the contractor. The signal must be hardwired to the VCP. April 2016 - DRAFT 11245-7 pw:11CarallatDocumentslCIient!TX/Corpus Christi16136F10ISpecifcations111245 (FRS -90) 6730F10 b. Level sensors for all chemical tanks hardwired to an audible alarm. 6. Metering Pump Operation: a. References: 1) 31 -PID -1706 b. Abstract: 1) Each chemical transfer skid has two metering pumps drawing liquid from the day tank. 2) Both metering pumps may be controlled locally at the VCP, as well as remotely through the SCADA system. 3) Only one metering pump per skid may operate at a time, designated by the selector switch on the VCP. 4) The Day Tank scale is hardwired to the VCP to prevent the selected pump from operating if the scale reaches a minimum set threshold. c. Hardwired Control: 1) With the system LOR switch in LOCAL: a) The meter pumps can be selected and turned on and off through the VCP. b) The pump speed is set and controlled on the pump itself, independent of the VCP. 2) With the system LOR switch in REMOTE: a) The overall system is controlled by SCADA. d. Hardwired interlocks 1) The entire skid is stopped and prohibited from running if: a) The emergency stop pushbutton is activated. b) The scale sensor for the Day Tank drops below a set threshold. c) The solenoid valve controlling carrier water is closed. e. VCP PLC Control: (1) None f. Software Interlocks: 1) None g. SCADA control: 1) Refer to Section 17101. 2.05 ACCESSORIES A. Pump panels: 1. Supply two FRP panel enclosures with valves, piping, and appurtenances for two pumps in each panel, as shown on the Drawings. Each panel shall have a closable front cover. B. Calibration columns: 1. Furnish and install calibration columns, 1 for each pump, on the inlet line as specified in this Section. The column shall be translucent and graduated for chemical pump calibration operations. Provide a top cap threaded connection with vent to prevent entry of foreign materials and to direct spillage or overflow. 2. Materials shall be compatible with the associated chemical and concentration and suitable for outdoor use and exposure. 3. End connection: Threaded. 4. Capacity as scheduled in this Section. C. Pressure relief valves: 1. Manufacturers: Asahi, Griffco Valve Inc., ChemLine Plastics, or equal. April 2016 - DRAFT 11245-8 pw:llCarol IofDocuments/CI ient/TX/Corpus ChnstU6730F10ISpecifications111245 (FRS -90) 6730F10 2. Materials: a. Lower body, seat, ball guide, and ball: CPVC. b. Diaphragm: PTFE faced EPDM. c. Seat gasket: Viton. d. Adjusting bolt, locknut, control spring, and fasteners: Stainless steel. e. End connections: Flanged or socket weld. 3. In-line design, size as required by this Section. Valves shall be suitable for the service flow and pressure specified in this Section. 4. The pump supplier shall provide all pressure relief valves associated with the chemical system. 5. Set pressures shall be factory set at the levels scheduled in this Section. Valve settings shall be externally adjustable from 0 to 75 pounds per square inch. 6. Provide 3 -port configuration for all pressure relief valves where piping back to a tank or connection to drain piping is indicated on the Drawings. D. Additional accessories: 1 Additional accessories to be supplied by the pump supplier include: a. Diaphragm seals: 1) Materials shall be compatible with the pumped liquid at the specified concentration and suitable for outdoor use and exposure. 2) Shutoff valve shall be provided. b. Pressure switches. c. Pressure gauges. d. Isolation valves. 2.06 NAMEPLATES A. Each pump shall have, securely affixed in a conspicuous location, a stainless steel nameplate with raised letters providing the manufacturer's model, serial number, rating, range, speed and other pertinent data. PART 3 EXECUTION 3.01 INSTALLATION A. Installation shall be as indicated on the Drawings, in accordance with written instructions of the manufacturer, and as specified in Section 15050. 3.02 COMMISSIONING A. As in this Section. D. Manufacturer services: April 2016 - DRAFT 11245-9 pw:11CarallatDocumentslCIient!TX/Corpus Christi16136F10ISpecifcations111245 (FRS -90) 6730F10 Manufacturer Rep Onsite Source Testing (Witnessed or Non -witnessed) Training Requirements Installation Testing Functional Testing Process Operational Period Maintenance (hrs per session) Operation (hrs per session) Trips Days (each trip) Trips Days (each trip) Trips Days (each trip) April 2016 - DRAFT 11245-9 pw:11CarallatDocumentslCIient!TX/Corpus Christi16136F10ISpecifcations111245 (FRS -90) 6730F10 C. Source Testing: 1. Pump: a. Performance test: Test level as scheduled; test as specified in Section 15958. D. Functional Testing: 1. Pump assembly: a. Performance test: Test level as scheduled; test as specified in Section 15958. 3.03 SCHEDULES A. Pumps: Tag Number Manufacturer Rep Onsite Source Testing (Witnessed or Non -witnessed) Training Requirements Installation Testing Functional Testing Process Operational Period Maintenance (hrs per session) Operation (hrs per session) Trips Days (each trip) Trips Days (each trip) Trips Days (each trip) Witnessed 4 2 1 1 1 1 24 hour on- call C. Source Testing: 1. Pump: a. Performance test: Test level as scheduled; test as specified in Section 15958. D. Functional Testing: 1. Pump assembly: a. Performance test: Test level as scheduled; test as specified in Section 15958. 3.03 SCHEDULES A. Pumps: Tag Number HFS-MPM-01, HFS-MPM-02 HFS-MPM-03, HFS-MPM-04 Feed Point Filters 1-12 Effluent, Filters 13-22 Effluent Service Hydrofluosilicic Acid, 23% Pump Type Peristaltic Tubing Number of Pumps 4 1st Named Manufacturer's Model 520DuN/REH Torsional Analysis Not Required Pump Characteristics Maximum Flow, (gallons per hour) 20 Minimum Flow, (gallons per hour) 0.02 Normal Flow, (gallons per hour) 6.5 Pump rpm 0.1 - 220 Maximum Discharge Pressure (psi) 60 Minimum Suction Lift (feet) 10 Relief Valve Setting (psig) 75 April 2016 - DRAFT 11245-10 pw:llCarol IofDocuments/CI ient/TX/Corpus ChnstU6730F10ISpecifications111245 (FRS -90) 6730F10 Tag Number Service HFS-MPM-01, HFS-MPM-02 HFS-MPM-03, HFS-MPM-04 Graduation Scale (ml) Pum • Materials Pump Housing/Enclosure 1,000 Cast Aluminum Alloy Tubing HFS Gore Style 400 Tube Element Rotor HFS-CAL-03 Polyphenylene Sulfide Pump Connections 100 Quick -release PVDF HFS Driver Characteristics Driver Type PWM type DC gear motor with integral controls Voltage/Phases/Hertz 110-120 volt, 60 Hertz, 1 phase NEMA Enclosure Type NEMA 4X Source Testin ■ Test Witnessing Not Witnessed Performance Test level 1 Functional Testing Performance Test level 1 B. Calibration columns: Tag Number Service Graduation Volume (ml)' Graduation Scale (ml) HFS-CAL-01 HFS 1,000 100 HFS-CAL-02 HFS 1,000 100 HFS-CAL-03 HFS 1,000 100 HFS-CAL-04 HFS 1,000 100 1 The volume of the calibration column should equal 100 percent of the volume delivered by the pump at maximum capacity for a period of 30 seconds. C. Pressure relief valves: Tag Number Service Spring Range Relief Pressure (factory setting) HFS-PRV-01 HFS 0-100 psig 75 psig HFS-PRV-02 HFS 0-100 psig 75 psig HFS-PRV-03 HFS 0-100 psig 75 psig HFS-PRV-04 HFS 0-100 psig 73 psig END OF SECTION April 2016 - DRAFT 11245-11 pw:AlCarollalDocumentsICiientll7UCorpus Christi16730F10/SpeciFications111245 (FRS -90) 6730F10 This page intentionally left blank SECTION 13122 METAL BUILDING SYSTEM PART 1 GENERAL 1.01 SUMMARY A. Section includes: 1. Prefabricated metal building systems. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01700 - Closeout Procedures. b. Section 081110 — Standard Steel Doors c. Section 081120 — Standard Steel Frames d. Section 087100 — Door Hardware e. Section 099600 - High -Performance Coatings. f. Section 16000 — Electrical 1.02 REFERENCES A. American Concrete Institute (ACI): 1. 318 - Building Code Requirements for Structural Concrete and Commentary. B. American Institute of Steel Construction (AISC): 1. 303 - Code of Standard Practice for Steel Buildings and Bridges. 2. 360 - Specification for Structural Steel Buildings. C. American Iron and Steel Institute (AISI): 1. 5G02 - North American Specification for the Design of Cold -Formed Steel Structural Members. D. ASTM International (ASTM): 1. A 123 - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 2. A 153 - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. March 26, 2015 pw:llCarolloIDocuments)Master SpeaficationsfMF95/13122 (A) 13122-1 3. A 325 — Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 4. A 490 - Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 5. A 653 - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy Coated (Galvannealed) by the Hot -Dip Process. 6. A 780 - Standard Practice for Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings. 7. A 792 — Standard Specification for Steel Sheet, 55% Aluminum -Zinc Alloy - Coated by the Hot -Dip Process. 8. B 187 - Standard Specification for Copper, Bus Bar, Rod, and Shapes and General Purpose Rod, Bar, and Shapes. 9. B 633 - Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 10. ❑ 1494 - Standard Test Method for Diffuse Light Transmission Factor of Reinforced Plastics Panels. 11. F 959 - Standard Specification for Compressible -Washer -Type Direct Tension Indicators for Use with Structural Fasteners. 12. F 436 - Standard Specification for Hardened Steel Washers. 13. F 1852 - Standard Specification for "Twist Off' Type Tension Control Structural Bolt/Nut/Washer Assemblies, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. E. American Welding Society (AWS): 1. ❑1.1 - Structural Welding Code - Steel. 2. ❑1.3 - Structural Welding Code - Sheet Steel. F. California Code of Regulations (CCR): 1. Title 24 — Building Standards Code. G. FM Global (FM). H. International Accreditation Service (IAS): 1. AC472 - Accreditation Criteria for Inspection Programs for Manufacturers of Metal Building Systems. I. Metal Building Manufacturing Association (MBMA): 1. Metal Building Systems Manual. J. Occupational Safety and Health Administration (OSHA): 1. Occupational Safety and Health Standards: a. 1910.23 - Guarding floor and wall openings and holes. K. Research Council on Structural Connections (RCSC): 1. Specification for Structural Joints Using High Strength Bolts. L. Society for Protective Coatings (SSPC): 1. SSPC-SP2 - Hand Tool Cleaning. March 26, 2015 pw:llCarolloIDocumentslMaster SpecificationslMF95/13122 (Ay 13122-2 M. Steel Door Institute (SDI): 1. A250.8 - Recommended Specifications for Standard Steel Doors and Frames. N. Underwriters' Laboratories, Inc. (UL). 1. 580 - Tests for Uplift Resistance of Roof Assemblies. 1.03 DEFINITIONS A. Primary framing: An assemblage of beams and columns that support the secondary framing members, and that collects loads to transfer to the building foundation. B. Secondary framing: Members which directly support roof, wall, or floor surfaces and convey loads to the primary framing. 1.04 SYSTEM DESCRIPTION A. System: 1. Design: Furnish metal building with vertical walls, single -slope roof, and with column layout as indicated on the Drawings. 2. Size: a. Furnish metal building of the size and configuration indicated on the Drawings. b. Coordinate manufacturer's design dimensions for metal building system components, including columns, with equipment foundations, and details indicated on the Drawings. 3. Roof slope: Use a roof slope of 1 inch vertical in 12 inches horizontal or steeper. 4. Provide building with horizontal and vertical bracing as needed by design. 5. Column reactions shall be vertical and horizontal only. a. No bending moments shall be transferred at column bases. 6. The building roofing system will be listed for a minimum UL 580 and ASCE 7 for a net uplift of 95 psf. 7. Openings: Frame openings for doors, windows, louvers, equipment with structural framing to replace panels and secondary framing cut for opening. a. Provide curbs to suit roof -mounted equipment compatible with roof sheathing. B. Performance requirements: 1. General: a. Design of the metal building structure and its appurtenances shall conform to the requirements of the IBC, the Metal Building Systems Manual, and the requirements of this Section. 1) Where the Metal Building Systems Manual conflicts with the requirements of this Section, the more restrictive requirements will govern. b. Do not include collateral or auxiliary loads in load combinations where dead loads offset other load effects (for example, uplift due to wind loads). c. Hot -rolled structural steel sections or welded -up plate sections: Design in accordance with AISC 360. March 26, 2015 pw:llCarolloIDocuments)Master SpeaficationsfMF95/13122 (A) 13122-3 d. Cold -formed steel structural members: Design in accordance with the AISI North American Specification for the Design of Cold -Formed Steel Structural Members. e. Anchor bolts: 1) Design anchor bolts to resist column reactions reported from analysis. 2) Design anchor bolts in accordance with ACI 318 Appendix D for cracked concrete to fail in a ductile manner, yielding the steel section before fracturing the surrounding concrete. 3) Assume concrete foundation strength, f c = 3,000 pound per square inch at 28 -days. 2. Loading: a. General: 1) Design building for dead load, live loads, and combinations of loads including unbalanced loads in accordance with the IBC and the MBMA Metal Building Systems Manual, except as modified in this Section. 2) Reduction in wind, live, or snow loads based on tributary loaded area will not be permitted. b . Roof loading requirements: 1) Live load: Minimum 20 pounds per square foot assumed to act vertically on horizontal projected area of roof. 2) Ground snow load: Minimum 0 pounds per square foot assumed to act vertically on horizontally projected area of roof. 3) Rain on snow surcharge load: Minimum 0 pounds per square foot assumed to act vertically on horizontally projected area of roof. c. Collateral loading: Uniform roof load of 5 pounds per square foot assumed to act vertically on horizontal projected area of roof to account for miscellaneous accessories supported from the structure. 1) Collateral loading shall be considered a live load. 2) Design primary and secondary framing to support the additional weight of mechanical equipment such as fans, air conditioners, etc. shown on plans. a) Mechanical equipment weights are in addition to collateral loading. d. Wind loading requirements: 1) Design Wind Velocity shall be 125 mph, 3 -sec gust, Exposure C, Occupancy Category III; Importance Factor 1.15 in compliance with the Texas Department of Insurance for compliance with windstorm for Inland I construction and the ASCE 7-05. 2) Design roof purlins and structural frames for loads specified, but not Tess that 60 pounds per square foot uplift on horizontally projected roof area. e. Seismic loading requirements: 1) Site Class D, seismic Occupancy Category III, Seismic Design Category A a) Ss = 0.089g b) Sips = 0.095g c) Si = 0.021g March 26, 2015 pw:liCarolloIDocumentslMaster SpecificationslMF95/13122 (Ay 13122-4 d) SD1 = 0.033g 2) Bolted joints subject to seismic loading shall be designated pretensioned joints. 3. Deflection limitations: a. Primary frames: 1) Gravity deflection: a) Live load deflection: L/240. b) Snow load deflection: L/240. c) Total load deflection: L/180. 2) Horizontal drift of rigid frames measured at eave: a) Seismic drift limitation: H/180. b) Wind drift limitation: H/180. b. Secondary framing: 1) Gravity deflection: a) Live load deflection: L/180 b) Snow load deflection: L/180 c) Total load deflection: [L/180] 2) Horizontal deflection: L/180. c. Deflection of roof and wall panels: Span/180. d. Deflection calculations should be based on the unreduced wind loads required in the IBC (50 -year reoccurrence intervals). 4. Climatic conditions: a. Gutters and downspouts: Design for the 100 -year hourly rainfall rate for the project location. b. Temperature: Provide for movement (expansion or contraction) caused by a range of ambient temperature of 120 degrees Fahrenheit without detrimental effects. 1.05 SUBMITTALS A. Product Data: 1. Manufacturer's installation instructions. 2. Manufacturer's standard color charts and profiles: a. Exterior wall and roof panels. b. Interior wall and roof liner panels. c. Gutters and downspout trim. 3. Manufacturer's list of approved clamps that may be used to hang suspended items from roof purlins and details of acceptable methods of attachment to purlins. B. Shop drawings: 1. Shop drawings: Catalog cuts; design and erection drawings; and other data needed to clearly describe design, materials, construction details, fasteners, and erection. a. Erection drawings shall include building dimensions, required foundation footprint, anchor bolt and base plate settings, bracing, main and secondary framing, and sections and details required to fully describe construction of building. March 26, 2015 pw:llCarolla/Documents)Master SpeaficationsfMF95/13122 (A) 13122-5 b. Indicate quantity, size, grade, embedment, and projection, and location of anchor bolts. 2. Calculations: Submit engineering design calculations for the complete structural system, sealed and signed by a Structural Engineer licensed in the state where the project is located. a. Clearly indicate foundation reactions at all columns. Identify all applied loads, load factors, and load combinations used to develop the reactions. b. Calculations will be submitted for record information only. 1) Engineer's review of calculations will be for general conformance to the loading requirements of this Section. 2) The building manufacturer shall remain fully responsible for the structural design and adequacy of the metal building system. 3. Descriptive data: Submit data for the following items either on the shop drawings or separately: Accessories, each type of flashing, trim closures, caps and similar items, fasteners, doors, roof openings, gutters, and downspouts. C. Quality control submittals: 1. Building manufacturer. a. If requested by the Engineer, submit a record of manufacturer's metal building systems of similar design manufactured and erected in the 5 -year period preceding the bid date for this project. 1) Include date of installation, location of metal building, and name and address of Owner. b. Submit evidence of manufacturer's certification under IAS AC472 Accreditation. 1) Certification must be valid for the facility at which the metal building will be fabricated. c. Confirmation of UL 580 wind uplift rating. 2. Erector: a. Submit welder qualification certificates. D. Record documents: 1. 1 set of reproducible "Record Drawings" for the erected structure. a. Drawings shall bear the seal and signature of a Structural Engineer, registered in the state where the work is constructed and who provided responsible charge for the design. E. Closeout submittals: Submit Contract Closeout Submittals as specified in Section 01770. 1. Operating and Maintenance Information. 2. Warranty. 3. Certificate of Compliance: At the completion of the metal building manufacture, the manufacturer will furnish a letter to the Contractor stating that the work was performed in accordance with the approved construction documents. March 26, 2015 pw:liCarolloIDocumentslMaster SpecificationslMF95/13122 (Ay 13122-6 1.06 QUALITY ASSURANCE A. Manufacturer qualifications: Manufacturer shall have been engaged in the design, manufacture, and erection of metal building systems of the type specified for at least 5 years preceding the Bid Date of this Contract. 1. Building manufacturer shall be certified by IAS AC472 Accreditation. 2. The manufacturer's Engineer of Record shall hold current license as a Structural Engineer in the state where the work will be constructed. B. Erector qualifications: Erectors shall be trained, approved, and certified by the manufacturer prior to Bidding of the Project. Erectors shall demonstrate at least 3 years experience in successfully erecting metal building systems of the type specified in Section 01610. 1.07 DELIVERY, STORAGE, AND HANDLING A. Packing and shipping: Deliver materials and fabrications to the job site in manufacturer's original containers with seals unbroken and labeled with manufacturer's identification and number. B. Delivery: 1. Deliver materials dry and undamaged, and store out of contact with ground. 2. Cover materialswith weathertight coverings and keep dry. 3. Provide good air circulation and protection from surface staining for roof and wall covering sheets. C. Storage and protection: Store materials in original, unopened containers in compliance with manufacturer's printed instructions. 1.08 WARRANTY A. Provide Owner with warranty that exterior finish system for metal panels shall be guaranteed against blister, peeling, cracking, chipping, or material rust -through for a period of loyears from the date of Substantial Completion. B. Provide Owner with warranty stating that the metal building system shall be guaranteed against water leaks arising out of or caused by ordinary wear and tear by the elements for a period of 10 years from the date of Substantial Completion. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Buildings: One of the following or equal: 1. American Buildings Company. 2. Behlen Building Systems. 3. Butler Manufacturing Company. March 26, 2015 pw:llCarolloIDocuments)Master SpeaficationsfMF95/13122 (A) 13122-7 2.02 MATERIALS A. Primary framing (rigid frames): 1. Hot -rolled steel columns and roof beams, complete with necessary splice or connector plates for bolted field assembly. a. Minimum nominal thickness of structural shapes or their elements shall be 1/4 -inch. 2. Welding procedures, welder qualifications, and welding quality standards shall be in accordance with AWS D1.1 and AWS D1.3. 3. Base, cap, compression plates, and stiffener plates shall be factory -welded in place, and shall have shop -fabricated connection holes. a. Provide minimum 4 anchor bolts per column base. b. Columns will be attached to side face of concrete wall through their flanges. 4. Columns and roof beams shall be fabricated complete with holes in webs and flanges for attaching bracing and roof and sidewall framing. 5. Shop finishing: a. Shop primed for field painting: 1) Clean ferrous surfaces of oil, grease, loose rust, loose mill scale, and other foreign substances, in accordance with the SSPC-SP2. 2) Apply 1 coat of shop primer in accordance with SSPC Paint Specification No. 15. a) Remove shop primer as specified in Section 099600 prior to field coating. B. Secondary framing (purlins, girts, framing at endwalls and openings, eave struts, bracing): 1. Hot rolled structural steel or cold -formed members. 2. Minimum thickness: 16 -gage. 3. Bracing elements constructed of wire rope, stranded tendons, or other similar material is not permitted. a. Rolled angle sections or solid steel bar is permitted. 4. Provide factory -punched holes for panel connections. 5. Shop finishing - hot rolled sections: a. Shop -primed for field painting: 1) Clean ferrous surfaces of oil, grease, loose rust, loose mill scale, and other foreign substances, in accordance with the SSPC-SP2. 2) Apply 1 coat of shop primer in accordance with SSPC Paint Specification No. 15. a) Remove shop primer as specified in Section 099600 prior to field coating. 6. Shop finishing (cold -formed sections): a. Shop primed for field painting: 1) Clean ferrous surfaces of oil, grease, loose rust, loose mill scale, and other foreign substances, in accordance with the SSPC-SP2. 2) Apply 1 coat of shop primer in accordance with SSPC Paint Specification No. 15. a) Remove shop primer as specified in Section 099600 prior to field coating. March 26, 2015 pw:liCarolloIDocumentslMaster SpecificationslMF95/13122 (Ay 13122-8 C. Roof and wall panels: 1. Roll -formed minimum 20 gauge steel, factory -finished each side, standing seam. 2. Panels shall have interlocking side seams and shall be the manufacturer's maximum standard width Factory cut to maximum possible length to minimize end laps. 3. Factory pre -punched for fastening. 4. Panel finish: a. Factory pre -painted, pre -finished coating consisting of a UV light-resistant polyvinylidene diflouride (PVDF) resin based paint and primer system having a total thickness not less than 1.0 mil on an approximately 55 percent aluminum -43 percent zinc -1 percent silicone galvanized coating complying with ASTM A 792. b. The galvanized coating shall be deposited at a minimum rate of 0.50 ounces/square foot. c. Furnish manufacturer's standard color chart for Owner's selection. D. Bolted joint components: High-strength steel bolts used for steel -to -steel structural connections. 1. Galvanized in accordance with ASTM A 153. 2. Bolts: ASTM A 325 or A 490, Type 1. 3. Nuts: ASTM A 563, heavy hex. Grade and finish to match bolts as specified in RCSC Specification for Structural Joints Using High Strength Bolts. 4. Washers: ASTM F 436; flat unless otherwise noted. a. Load indicator devices: 1) Twist -off type tension -control bolt assemblies: ASTM F 1852, with strength level in accordance with ASTM A 325. 2) Compressible washer direct tension indicators: ASTM F 959, Type A 325 for ASTM A 325 bolts. 5. Bolts furnished for the project shall be a single size and grade. B. Anchor bolts or anchor rods: Material shall be Type 316 stainless steel unless otherwise indicated on the Drawings. F. Fasteners and washers: 1. Fasteners and washers used for attachment of wall and roof panels. 2. Fasteners: Vinyl -coated steel or stainless steel. 3. Washers: Neoprene or other accepted type washer capable of being used to assure watertightness at fastening locations. G. Gutters and downspouts: 1. 24 gauge steel. 2. Galvanized in accordance with ASTM A 653 to G90 designation. 3. Field painted. Color to be selected by Owner to complement wall panels. H. Doors and frames: 1. Provide hinged doors in accordance with published recommendations of SDI A250.8. a. Doors and frames shall be minimum Level III. March 26, 2015 pw:llCarolloIDocuments)Master SpeaficationsfMF95/13122 (A) 13122-9 2. Provide each door with a heavy duty, corrosion resistant, cylinder lock set to match locks on Master Key System. 3. Provide weatherstripping and threshold for exterior doors. I. Windows and glazing: 1. Not Applicable. J. Touch-up painting materials: 1. For structural elements: a. Shop primer: Manufacturer's standard primer. b. Touch-up paint: Same as shop primer. 2. For sheet metal skin: a. Exterior finish paint: Match specified coating. 1) Color: Color as selected by the Owner. K. Insulation: 1. Thermal value: a. N/A L. Translucent panels: 1. Exterior ribbed profile sheet plastic manufactured with light stabilized polyester resins and reinforced with glass fibers. a. Glass fibers shall be approximately 30 percent by weight. 2. Panels shall be resistant to chemicals expected in or around the structure. 3. Exterior panels shall match the configuration of the metal roofing. 4. Color shall be as selected by the Owner. 5. Panels shall be classified by UL and FM with a flame spread of 25 or less and be self -extinguishing for fire. 6. Minimum light transmittance in accordance with ASTM D 1494 shall be 24 percent. M. Caulking material: Elastomer type, manufacturer's standard. N. Roof vents: 1. N/A O. Vent materials: 1. Steel: Minimum 20 gauge galvanized. 2. Screens: 1/8 -inch mesh aluminum screen. P. Ventilator accessories: 1. Bird Screen. 2. Flashing. 2.03 FABRICATION A. Shop fabrication: 1. Structural elements: a. Fabricate rigid frame of hot -rolled sections. March 26, 2015 pw:llCarolloIDocumentslMaster SpecificationslMF95/13122 (Ay 13122-10 b. Field connections shall be bolted unless otherwise accepted by the Engineer. 2. Wall panels: a. Provide panels that are 1 piece from base to eave and have fasteners located on inside of panels. b. Provide top and bottom closures and bottom supports. 3. Roof panels: a. Panel splicing: Panels may be spliced with minimum end overlap of 9 inches at purlins. b. Expansion of roof panels: Provide means to allow expansion of roof panels. 4. Fasteners for roof and wall panels: a. Fasteners: Secure with fasteners that assure maximum weathertightness, proper bearing surface, and permanent seal at point of fastening. b. Washers: Use washers capable of assuring watertightness at fastening locations. 5. Accessories: a. Gutters, downspouts, and hangers: 1) Provide gutters, downspouts, and hangers as required by design. b. Vents: 1) Provide vents of size and location indicated on the Drawings. 2) Provide louvers that are operable and that have screens. c. Ventilators: 1) Provide buildings with gravity vertical turbine ventilators with 12 -inch throats where indicated on the Drawings. 2) Provide ventilators that are gravity operated with damper. 3) Accessories: Provide hardware and accessories including bird screen and flashing, as required to properly install ventilators in roof openings. B. Tolerances: 1. Hot -rolled sections: In accordance with AISC 303. 2. Cold -formed and Built-up sections: In accordance with MBMA Metal Building Systems Manual. 2.04 SOURCE QUALITY CONTROL A. General. 1. Components of the metal building system fabricated in the manufacturer's shop will not be subject to special inspection, as specified in this Section. PART 3 EXECUTION 3.01 EXAMINATION A. Verification of conditions: 1. Verify site conditions prior to start of work. Unacceptable conditions shall be reported to Engineer. March 26, 2015 pw:llCarolloIDocuments)Master SpeaficationsfMF95/13122 (A) 13122-11 2. Starting of erection of metal building system work shall indicate acceptance of existing conditions. a . Manufacturer or manufacturer's trained erector shall review and examine existing site conditions, foundation, and surface preparation, and adequacy of site -prepared components prior to commencing erection of the building. 3.02 ERECTION A. General: 1. Erect in accordance with the MBMA,Metal Building Systems Manual and manufacturer's instruction, except as modified in this Section. 2. Separate dissimilar materials with gaskets or suitable insulating coatings. 3. Keep exposed surfaces clean and free from sealant, metal cuttings, and other foreign materials. B. Framing and structural members: 1. Set anchor rods by template and securely tie into formwork before concrete placement. 2. Provide uniform bearing under baseplates and sills by filling using a nonshrinking grout as specified in Section 03600. C. Walls and roof: 1. Erect a structure that will be free from water leaks and meet design requirements. 2. Direct side lap edges away from the prevailing winds at the site. 3. Do not exceed the maximum fastener spacings specified. a. Space fasteners uniformly not to exceed: 8 inches on center at ends of covering, 12 inches on center at intermediate supports and at roof covering side laps, and 18 inches on center at wall covering side laps. 4. Install fasteners in straight lines within a tolerance of 1/2 inch per bay. 5. Seal side laps, ends of roof, wall coverings, and joints at accessories. a. Drive fasteners to the surface and seat gasketed heads and washers. 6. Fasten accessories to framing members, except as otherwise accepted by the Engineer. 7. Wall panels shall be isolated from concrete floor slab and/or foundation. 8. Flashing shall be provided at the base of wall panels to prevent wind -driven rain from entering the building envelope. D. Gutters and downspouts: 1. Attach securely to the building. 2. Install gutters sloped to drain with adequate provisions for expansion and contraction. E. Doors and roof openings: 1. Anchor securely to the supporting construction. 2. Install doors plumb and true and adjust to provide operation. March 26, 2015 pw:llCarolloIDocumentslMaster SpecificationslMF95/13122 (Ay 13122-12 3.03 FIELD QUALITY CONTROL A. General. 1. Installation of metal building system will be subject to special inspection and evaluation during construction, as specified in this Section. B. Site inspection. 1. Special inspection of the metal building system components will be performed at the time and frequency outlined in Schedule 13-1. 2. The elements of the metal building system construction that will be subject to special inspection are as indicated in Attachment 13-1. 3.04 ADJUSTING A. Field painting: 1. Prepare and touch up abraded or corroded spots on shop -primed surfaces immediately after erection. a. Use the same material as was used for the shop coat. 2. Paint shop -primed ferrous surfaces as specified in Section 099600. B. Paint primed surfaces of doors and windows with 2 coats of an exterior enamel as specified in Section 099600. C. Touch-up factory finished surfaces of roof and wall panels with the manufacturer's recommended paint where damaged or abraded. D. Where shop processes such as shearing or punching leave edges of galvanized steel unprotected by galvanization, touch up unprotected edges as specified in this Section. 3.05 CLEANING A. Remove excess materials, equipment, and debris incidental to this work upon completion. 3.06 PROTECTION A. During erection, the erector shall be responsible for the protection of this and all adjacent work from damage. March 26, 2015 pw:llCarolloIDocuments)Master SpeaficationsfMF95/13122 (A) END OF SECTION 13122-13 SCHEDULE 13-1 METAL BUILDING SYSTEM CONSTRUCTION SPECIAL INSPECTION Criteria Reference Prior to beginning installation of metal building, verify high-strength bolts, nuts, and washers: Inspection of high-strength bolted joints: [Verification of structural steel material:] Frequency/Timing of Inspection Periodic: Confirm from stockpile of materials delivered to site whether material furnished complies with the materials in the approved design. 'Periodic: Confirm that manufacturer has furnished the required Certificate of Compliance.] Periodic: Provide continuous inspection of the initial installation of each type and size of joint. Subsequent installations of the same type and size of joint may be inspected on a periodic basis with inspections of a minimum of 20% of installations, or once per calendar week, whichever is more frequent. Continuous: Provide continuous inspection as specified in Section 01455. 0 0 m 0 - Periodic: Inspection Task Identification markings conform to ASTM standards required by approved design. [Confirmation of manufacturer's certificate of compliance] Joints designated bearing -type connections by the approved design. Joints designated slip - critical connections by the approved design. [Identification markings conform to ASTM standards required by approved design.] [Confirmation of manufacturer's certified mill test reports.] IBC Table 1704.3 cl al r 4 r ai ni 01 es .6 ri [Prior to beginning installation of metal building, verify weld filler materials:] Inspection of structural steel welding: Inspection of steel frame joint construction for compliance with approved design. ii 'a a .L.L d a :a a e a Continuous: Provide continuous inspection as specified in Section 01455. Continuous: Provide continuous inspection as specified in Section 01455. Continuous: Provide continuous inspection as specified in Section 01455. Periodic: Provide continuous inspection of the initial production of each type and size of welded joint. Subsequent production of the same type and size of joint may be inspected on a periodic basis with inspections of a minimum of 20% of installations, or once per calendar week, whichever is more frequent. Periodic: Provide continuous inspection of the initial production of each type and size of welded joint. Subsequent production of the same type and size of joint may be inspected on a periodic basis with inspections of a minimum of 20% of installations, or once per calendar week, whichever is more frequent. Periodic: Provide periodic inspection of any bracing and stiffening details of construction. Inspection should include, as a minimum, verification of member sizes and proper orientation. A minimum of 15% [Identification markings conform to the AWS specification required by approved design.] [Confirmation of manufacturer's certificate of compliance] Complete and partial penetration groove welds. Multipass fillet welds. Single -pass fillet welds greater than 5/16 inch. Single -pass fillet welds less than or equal to 5/16 inch. Floor and roof deck welds. Bracing and stiffening details. Nr Q 4[O [Si (n [0 LO (0 (f3 (0 LC) CII Lr) R3 of locations should be verified. Periodic: Provide periodic inspection of member locations. Inspection should include, as a minimum, verification of member sizes and proper spacing/location. A minimum of 15% of locations should be verified. Periodic: Provide periodic inspection of joint details of construction. Inspection should include, as a minimum, verification of miscellaneous steel detailing, including stiffener plates, concrete pourstops, gusset plates and similar miscellaneous steel framing.. A minimum of 15% of locations should be verified. Member locations. Connection joint details. 0 Permit No.: Date: Contractor: Dwg. Ref: Location: Attachment 13-1 METAL BUILDING CONSTRUCTION REPORT [project name] [owner] Structure: Weather: Min/Max Temp: ELEMENT DESCRIPTION TABLE 1704.3 CONFORMS High strength bolts, nuts, and washers General: Fastener components are protected in closed containers from dirt and corrosion. = 1.a. 1.a. DYes ❑ No Fastener components that accumulate dirt or rust may not be cleaned and incorporated into work. DYes ❑No Fasteners may not be reused. 1.a. DYes ❑ No Material within the grip of the bolt is non-compressible steel. 1.a. DYes ❑ No Burrs extending greater than 1/16 inch above the faying surface are removed. . 1.a. DYes ❑No Materials: Bolt grade: ❑ A325 0 A490 0 F1852 ❑ Other: = 1.a. ❑Yes ❑ No May 14, 2013 pw:llCarolloIDocumentslMaster SpeaficationsfMF95/13122 (A) 13122-17 ELEMENT DESCRIPTION TABLE 1704.3 CONFORMS Bolt size: ❑ 518 inch 0 314 inch ❑ 7/8 inch ❑ 1 inch ❑ 1 1/8 inch ❑ 1.a. 1 1/4 inch 0 Other ❑Yes 0 N ❑Yes ❑ No Bolt finish: 1.a. Nut grade: 0 A194 0 A563 0 Other: 1.a. ❑Yes 0 N Nut finish: 1.a. ❑Yes ❑ No ❑Yes ❑ No Washer grade: 0 F436 0 F959 1.a. Washer finish: . 1.a. ❑Yes ❑ No Hole: 0 Standard 0 Oversized 0 Short -slotted 0 Long -slotted ❑Yes 0 N Bearing Type Joints: Faying surfaces may be uncoated, coated, or galvanized. 2.a. ❑Yes ONo All plies of joint have been drawn into firm contact 2.a. ❑Yes 0 N Pretensioned Joints: Faying surfaces may be uncoated, coated, or galvanized. 2.a. ❑Yes ❑ No Pre -installation verification of fastener assembly and installation procedures 2.a. ❑Yes ❑ No Bolts tightened in joint in accordance with Section 8 of RCSC Specification for Structural Joints Using. High Strength Bolts 2.a. ❑Yes 0 N ❑Yes ❑ No Slip Critical Joints: Faying surfaces are not coated J 2.b. ❑Yes ❑ No Faying surfaces to be coated have been prepared in accordance 2.b. with RCSC Specification for Structural Joints Using High Strength Bolts ❑Yes 0 N Galvanized faying surfaces have been prepared in accordance with 2.b. RCSC Specification for Structural Joints Using High Stren•th Bolts ❑Yes 0 N Pre -installation verification of fastener assembly and installation 2.b. procedures ❑Yes 0 N Bolts tightened in joint in accordance with Section 8 of RCSC 2.b. Specification for Structural Joints Using High Strength Bolts ❑Yes 0 N Welding of Structural Steel General: May 14, 2013 pw:11CarolloIDocumentslMaster SpecificationslMF95/13122 (Ay 13122-18 ELEMENT DESCRIPTION TABLE 1704.3 CONFORMS Materials: Welded Joints: Remarks: Inspector May 14, 2013 pw:fiCarollo/Document MasterSpecifications1MF95f13122(A) Date 13122-19 This page intentionally Tet blank SECTION 13208 POLYETHYLENE TANKS PART1 GENERAL 1.01 SUMMARY A. Section includes: Type 1 polyethylene storage tanks. Type 1 tank shall be made from crosslinked polyethylene resin. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01612 - Seismic Design Criteria. b. Section 01614 - Wind Design Criteria. c. Section 09960 - High -Performance Coatings. 1.02 REFERENCES A. American Society for Mechanical Engineers (ASME): 1. B16.4 - Gray Iron Threaded Fittings. 2. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through 24. B. ASTM International (ASTM): 1. D 638 - Standard Test Method for Tensile Properties of Plastics. 2. ❑ 790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 3. ❑ 1505 - Standard Test Method for Density of Plastics by the Density -Gradient Technique. 4. D 1525 - Standard Test Method for Vicat Softening Temperature of Plastics. 5. ❑ 1693 - Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics. 6. ❑ 1998 - Standard Specification for Polyethylene Upright Storage Tanks. 7. ❑ 2837 - Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials or Pressure Design Basis for Thermoplastic Pipe Products. C. National Fire Protection Association (NFPA): 1. 30 - Flammable and Combustible Liquid Code. D. National Electrical Manufacturer's Association (NEMA). E. Occupational Safety and Health Administration (OSHA): April 2016 - DRAFT 13208-1 pw:IlCarallatDocuments+Client!TX/Corpus Christi18130F10/Specifcations/13208 (FRS -90) 6730F10 1. 29 CRF Part 1910 - Occupational Safety and Health Standards. 1.03 DESIGN CRITERIA A. Tanks: As scheduled. B. Tank wall thickness: Calculated in accordance with ASTM D 1998 using design specific gravity as scheduled. Note that design specific gravity may be higher than specific gravity of tank contents. C. Design requirements: 1. The minimum required wall thickness of the cylindrical shell at any fluid level shall be determined by the following equation, but shall not be less than 0.187 inches thick: T = PxO.D./2 SD= 0.433xS.G.xHxO.D.12SD T = wall thickness, in. SD = hydrostatic design stress, psi P = pressure (.433 x S.G. x H), psi H = fluid head, ft. S.G. = specific gravity, gfcmA3 O.D. = outside diameter, in. D. The hydrostatic design stress shall be determined by multiplying the hydrostatic design basis, determined by ASTM D 2837 using rotationally molded samples, with a service factor selected for the application. 1. The hydrostatic design stress is 600 pounds per square inch at 73 degrees Fahrenheit for Type 1 materials. 2. The tank shall have a stratiform (tapered wall thickness) wall. E. The hydrostatic design stress shall be derated for service above 100 degrees Fahrenheit and for mechanical loading of the tank. F. The minimum design specific gravity shall be 1.4. G. The minimum required wall thickness for the cylinder straight shell must be sufficient to support its own weight in an upright position without any external support. 1. Flat areas shall be provided to allow locating large fittings on the cylinder straight shell. H. The top head must be integrally molded with the cylinder shell. 1. The minimum thickness of the top head shall be equal to the top of the straight wall. 2. The top head of tanks with 2,000 or more gallons of capacity shall be designed to provide a minimum of 1,300 square inches of flat area for fitting locations. 1. Tanks with 2,000 or more gallons of capacity shall have a minimum of 3 lifting lugs integrally molded into the top head. 1. The lifting lugs shall be designed to allow erection of an empty tank. April 2016 - DRAFT 13208-2 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/13208 (FRS -90) 6730F10 J. The tank shall be designed to provide a minimum of 4 tie -down Tugs integrally molded into the top head. 1. The tie -down lugs shall be designed to allow tank retention in wind and seismic loading situations without tank damage. K. Tank shell thickness: 1. In accordance with ASTM D 1998, Section 6.1. 2. Design tank wall thickness for liquid with specific gravity as specified. 3. Provide adequate thickness at all fittings and connection points for mounting of fittings to the tank without damage to the tank or causing excessive deflection. 4. Maximum allowable hoop stress used in tank wall thickness calculations per ASTM D 1998 shall be based on test data in accordance with ASTM D 2837. L. Restraint system: 1. Seismic load restraint system: a. Seismic design criteria: As specified in Section 01612. b. Consist of continuous concrete curb around the perimeter of the tank. c. Provide drainage ports along the curb. 2. Wind load restraint system: a. Wind design criteria: As specified in Section 01614. b. If the wind load restraint system includes the use of cables, tensioning and adjustment devices, such as turnbuckles, shall be used to allow for easy adjustment of the cables at the time of construction and as required in the future. c. The tank shall be designed to provide a minimum of 4 tie -down lugs integrally molded into the top head. 1) The tie -down lugs shall be designed to allow tank retention in wind and seismic loading situations without tank damage. d. The tie down system shall be designed to withstand wind loads specified in Section 01614. 1) Tie down systems must meet seismic zone requirements per IBC code. 2) Any anchor bolts shall be provided by the customer per the instructions and the base plates for the system. 1.04 SUBMITTALS A. Fabrication drawings for each tank including: 1. Dimensions. 2. Tank wall thickness. 3. Materials of construction. 4. Tank fittings. 5. Tank appurtenances. 6. Tank restraint system. 7. Tank resin and hoop stress data. B. Chemical compatibility sheet to include: 1. Chemical to be stored. 2. Percentage of chemical. 3. Temperature of chemical. April 2016 - DRAFT 13208-3 pw:IlCarallatDocuments+Client!TX/Corpus Christi18130F10/Specifcations/13208 (FRS -90) 6730F10 C. Engineering design calculations of restraint and anchoring system signed by a civil or structural engineer registered in the state of Texas. D. Installation instructions. E. Warranty. F. Certification to certify that each tank is suitable for the specified chemical service, no degradation within warranty period, including tank fittings and gasket material. G. Proof of qualification: Provide lists of installation and contact information with same type of application and chemical used. H. Color charts for proposed coating systems. 1.05 WARRANTY A. Manufacturer warranty against defects: 1. Tank: 5 years full warranty. Prorated warranties are not acceptable. 2. Heat tracing system if scheduled: 10 years. 1.06 QUALITY ASSURANCE A. Qualification of manufacturer: Manufacturer with experienced personnel, physical facilities, and management capacity sufficient to produce custom-made rotationally molded polyethylene tanks of the size, exposure, and chemical services specified for minimum 5 years with satisfactory performance record. PART 2 PRODUCTS 2.01 SCOPE OF SUPPLIES A. Provide all materials, labor, equipment, and hardware to provide all polyethylene storage tanks with specified fittings and accessories, seismic and wind load restraint systems, anchor bolts, and flange flexible connectors for complete installation in the positions and orientations indicated on the Drawings. 2.02 MANUFACTURERS A. One of the following or equal: 1. Poly Processing Company. 2. Snyder Industries Incorporated. 3. Assmann Corporation 2.03 TANK MATERIALS A. Type 1 high-density crosslinked polyethylene (XLPE). April 2016 - DRAFT 13208-4 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/13208 (FRS -90) 6730F10 B. Resin: 1. Manufacturers: One of the following or equal: a. PAXON, grade 7204 resin for crosslinkable polyethylene. C. The material used shall be virgin polyethylene resin as compounded and certified by the manufacturer. 1. Type 1 tanks shall be made from crosslinked polyethylene resin as manufactured by ExxonMobil Chemical, or resin of equal physical and chemical properties. 2. Resin choice would be based on the specific application, chemical to be stored and concentration. D. Ultra violet stabilizer: 1. The polyethylene resin material shall contain a minimum of a UV 8 stabilizer as compounded by the resin manufacturer. 2. Pigments may be added but shall not exceed 0.25 percent (dry blended) of the total weight. E. Free of holes, blisters, crazing, cracking, delamination, undispersed raw materials, and any sign of contamination from foreign matter. 1. The finished tank wail shall be free of visual defects such as foreign inclusions, air bubbles, pinholes, pimples, crazing, cracking, and delaminations. 2. All cut edges where openings are cut into the tanks shall be trimmed smooth. F. Resin shall meet or exceed the following properties: 1. Mechanical Properties of Type 1 of Tank Material: Current XLPE Resin: Property ASTM Value Density (Resin) D 1505 0.938-0.946 glcc Tensile (Yield Stress 2"/min) D 638 3,000 psi Elongation at Break (2"/min.) D 638 >300% ESCR (100% Igepal, Cond. A, F50) D 1693 >1000 hours ESCR (10% Igepal, Cond. A, F50) D 1693 >1000 hours Vicat Softening Temperature, D 1525 250 Flexural Modulus D 790 100,000 psi G. Gel test: 1. Inner portion of tank wall: a. Not less than 65 percent. b. ASTM D 1998 requirements. 2. Entire wall thickness: Not less than 80 percent. H. Restraint system: 1. Metal components, include anchor bolts: a. Type 304 stainless steel. April 2016 - DRAFT 13208-5 pw:IlCarallatDocuments+Clientfl)VCorpus Christi18730F10/Specifcations/13208 (FRS -90) 6730F10 b. The anchor bolts shall be supplied by the tank manufacturer. c. The drawings and calculations for the seismic system shall be submitted for review. 2. Concrete anchors or flush shells shall not be used. 2.04 FITTINGS A. Terminate in socket, threaded, or flanged connections: 1. Flanges: 150 pound ASME B 16.5. 2. Threaded connections: ASME B 16.4. B. Fittings at upper tank sidewall or top: 1. Compression threaded type, long shank, polyvinyl chloride flanged fittings with deep cut threads (not injection molded thread) and with dual wide nuts. 2. The bulkhead fittings shall be constructed of PVC, PP, or other specified material. 3. Gaskets shall be a minimum of 1/4 inch thickness and constructed of 40-50 durometer EPDM, 60-70 durometer Viton or other specified material. C. Fittings on tank top: 1. Bosses molded into the tank. 2. Fittings shall be vertical. 3. The top head shall be integrally molded with the cylinder shell. 4. The minimum thickness of the top head shall be equal to the top of the straight wall. 5. The top head of tanks with 2,000 or more gallons of capacity shall be designed to provide a minimum of 1,300 square inches of flat area for fitting locations. D. Flanged outlet drain fitting in the lower tank sidewall: Integrally molded into the bottom knuckle of the tank to allow full drainage of tank contents. E. Fittings and appurtenances for each tank: 1. One minimum 2 inch flanged inlet nozzle entering the tank in the top near the wall. 2. One minimum 2 inch flanged outlet/drain nozzle, integrally molded with tank wall. 3. One 4 inch flanged overflow nozzle. 4. One 4 inch flanged roof nozzle for mounting of tank level sensor. 5. One 4 inch flanged roof nozzle for mounting of tank level gauge. 6. One 4 inch flanged roof vent. 7. One 24 inch flanged type or molded screw type manway lid on top of the tank. a. Manway shall be sealed and shall be constructed of the same material as tank. b. The bolts shall be stainless steel. c. The gaskets shall be per tank manufacturer recommendation for the chemical stored. 2.05 ACCESSORIES A. Ladder and platform: 1. Provide a galvanized steel ladder and landing platform for each storage tank for access to the top manway. 2. In accordance with OSHA standards. April 2016 - DRAFT 13208-6 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/1320$ (FRS -90) 6730F10 3. Provide handrail around the platform. 4. Steel components: Hot -dip galvanized after fabrication. 5. Fasteners: Type 304 stainless steel. 6. Anchor bolts: Type 304 stainless steel. 7. Secure ladder to the tank using special stainless steel or Hastalloy bolts with polyethylene encapsulated heads. 8. Support ladder directly on the concrete foundation and from the tank wall. B. Level gauge: 1. Provide each tank with: a. Level gauge shall be a magnetic flap type or "reverse float type" made of 2 inch polyvinyl chloride or PVDF stilling well tube. b. Float. c. Polypropylene rope. d. Clear polyvinyl chloride sight tube. 2. Materials: Suitable for the specified chemical service for the individual tanks. 3. Tank level staff gauge: a. Resistant to abrasion and corrosion. b. Mounted on the tank adjacent to the indicator. c. Calibrated in nominal 500 gallon increments. C. Tank vents: 1. Each tank shall be properly vented for the type of material and flow rates expected. 2. Vents must comply with OSHA Part 1910 normal venting for atmospheric tanks or other accepted standard, or shall be as large as the filling or withdrawal connection, whichever is larger but in no case less than 2 inches nominal inside diameter with screening. 2.06 TANK FABRICATION A. Rotationally molded construction in accordance with ASTM D 1998. B. Provide for each tank the following shop finishing: 1. Shipping label identifying: a. Tank tag number. b. Chemical service. 2. Coating: a. Coat each tank and appurtenances after installation as specified in Section 09960. b. Color: Selected by the Engineer. 3. Permanent labels: a. Identification label. b. NFPA label specifically coded for the tank contents in accordance with NFPA 30. c. Paint or affix label onto the tank wall to be clearly visible from outside the tank enclosure. 2.07 TESTING A. Each tank shall be leak tested by the manufacturer prior to shipment by filling with clean water for a period of at least 4 hours with all fittings installed and blinded. 1. There shall be no measurable drop in liquid surface. April 2016 - DRAFT 13208-7 pw:IlCarallatDocuments+Clientfl)VCorpus Christi18730F10/Specifcations/13208 (FRS -90) 6730F10 2. Any leaks shall be noted and repaired and the tank shall be re -tested for an additional 4 hours minimum. a. Reason for leak and method of repair shall be recorded and submitted to the Engineer. 3. Any defects or leaks that have not been adequately repaired will be cause for rejection of the tank. PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. Transportation, handling, storage of the tanks, and installation shall be in accordance with the manufacturers printed instructions. 2. Repair any damage to tank components or the insulation due to transportation or installation. 3. Install piping to tank with sufficient flexibility to allow tank movement of 1 inch in any direction without damage to piping. B. All tank fitting attachments shall be equipped with flexible couplers or other movement provisions provided by the tank customer. 1. The tank will deflect based upon tank loading, chemical temperature and storage time duration. 2. Tank piping flexible couplers shall be designed to allow 4 percent design movement. 3. Movement shall be considered to occur both outward in tank radius and downward in fitting elevation from the neutral tank fitting placement. 3.02 FIELD QUALITY CONTROL A. Manufacturer's field service: 1. Inspect the installed tanks for proper installation. 2. Instruct Owner's personnel on operations and maintenance of the tanks. 3.03 SCHEDULE A. Tank schedule as follows: Tag Number TNK-001 and TNK-002 TNK-003 Service Hydrofluosilicic Acid (Fluoride), H2SiF6 at 23% solution Hydrofluosilicic Acid (Fluoride), H2SiF6 at 23% solution Chemical pH 1.2 1.2 Chemical Specific Gravity 1.223 1.223 Tank Design Specific Gravity 1.4 1.4 April 2016 - DRAFT 13208-8 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/1320$ (FRS -90) 6730F10 Tag Number TNK-001 and TNK-002 TNK-003 Number of Tanks 2 1 Usable Capacity, each 5,400 gal 540 gal Type of Tank Double -Wall Cross -Linked Polyethylene (XLPE) Double -Wall Cross -Linked Polyethylene (XLPE) General Design Flat bottom, dished top Flat bottom, dished top Installation Vertical Vertical Inner Diameter (feet) 11 6 Operating Height (feet) 7.5 2.5 Inlet Nozzle Size (inches) 3 3 Outlet Nozzle Size (inches) 2 2 Drain Nozzle Size (inches) 3 3 Overflow Nozzle Size (inches) 3 3 Vent Nozzle Size (inches) 6 6 Roof Nozzle Size (inches) 2 -inch nozzle for mounting ultrasonic level sensor 2 -inch nozzle for mounting ultrasonic level sensor Bottom Manway (inches) 24 24 Top Manway (inches) 24 24 Elevated Required Required Lifting Lugs Required Required Level Indicator Required Required Pipe and Conduit Supports Required Required END OF SECTION April 2016 - DRAFT 13208-9 pw:IlCarallatDocuments+Client!TX/Corpus Christi18130F10/Specifcations/13208 (FRS -90) 6730F10 This page intentionally left blank SECTION 15061 PIPE SUPPORTS PART1 GENERAL 1.01 SUMMARY A. Section includes: Supports for pipe, fittings, valves, and appurtenances. 1.02 REFERENCES A. ASTM International (ASTM): 1. A123 - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 2. A380 - Standard Practice for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems. 3. A967 - Standard Specification for Chemical Passivation Treatments for Stainless Steel Parts. B. Manufacturer's Standardization Society (MSS): 1. SP -58 - Pipe Hangers and Supports - Materials, Design, and Manufacture. 1.03 SUBMITTALS A. Shop drawings: Include schedule, indicating where supports will be installed, and drawings of pipe support system components. B. Provide Manufacturer's Certificate of Source Testing as specified. C. Provide Manufacturer's Certificate of Installation and Functionality Compliance as specified in Section 01756. PART 2 PRODUCTS 2.01 MATERIALS A. General: 1. Hot dip galvanized: a. Fabricate as detailed. b. Hot dip after fabrication of support in accordance with ASTM A123. c. Repair galvanized surfaces. B. Outdoor areas: Areas exposed to the natural outdoor environment: 1. Hot Dip Galvanized. C. Indoor areas: Areas exposed to an indoor environment including galleries and tunnels: April 2016 - DRAFT 15061-1 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115661 (FRS -50) 6730F10 D. Hot Dip Galvanized Fasteners: 1. As specified detailed. 2.02 PIPE SUPPORTS A. Brackets: MSS SP -58, Type 32 with back plate; rated for 1,500 pounds: 1. Manufacturers: One of the following or equal: a. For stainless steel piping: 1) Nibco-Tolco, Figure 30M. 2) Cooper B -Line Systems, Inc., Figure B3066. 3) FM Stainless Fasteners, Figure 98. b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 195. 2) Cooper B -Line Systems, Inc., Figure B3066. B. Pipe clamps: MSS SP -58, Type 4: 1 Manufacturers: One of the following or equal: a. For stainless steel piping: 1) Nibco-Tolco, Figure 4. 2) Cooper B -Line Systems, Inc., Figure 3140. b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 212. 2) Bergen -Power, Figure 175. 3) Cooper B -Line Systems, Inc., Figure B3140. C. Adjustable offset pipe clamp: 1. Manufacturers: One of the following or equal: a. For stainless steel piping: 1) Nibco-Tolco, Figure 4. 2) Cooper B -Line Systems, Inc., Figure B3149. 3) FM Stainless Fasteners, Figure 63. b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 100. 2) Cooper B -Line Systems, Inc., Figure B3149. D. Offset pipe clamp: 1. Manufacturers: One of the following or equal: a. For stainless steel piping: 1) Nibco-Tolco, Figure 8. 2) Cooper B -Line Systems, Inc., Figure 3148. b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 103. 2) Cooper B -Line Systems, Inc., Figure B3148. E. Floor stand or stanchion saddles: MSS SP -58, Type 37. Provided with U -bolt hold down yokes: 1. Manufacturers: One of the following or equal: a. For stainless steel piping: 1) Nibco-Tolco, Figure 318. 2) FM Stainless Fasteners, Figure 59. b. For all other piping, unless indicated on the Drawings: 1) Anvil International, Figure 259. April 2016 - DRAFT 15061-2 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications115061 (FRS -90) 6730F10 2) Bergen -Power, Figure 125. 3) Cooper B -Line Systems, Inc., Figure B3090. c. Threaded pipe stand support stanchion. Match pipe support material. 1) Anvil International, Figure 63T. 2) Bergen -Power, Figure 138. 3) Cooper B -Line Systems Inc., Figure B3088ST. F. Heavy pipe clamp: MSS SP -58, Type 4: 1. Manufacturers: One of the following or equal: a. For stainless steel piping: 1) Nibco-Tolco, Figure 4H. b. For all other piping, unless called out otherwise on the Drawings: 1) Anvil International, Figure 216. 2) Bergen -Power, Figure 298. G. Anchor bolts, concrete anchors, concrete inserts, powder -actuated fasteners, and sleeve anchors: As specified in Section 05120. PART 3 EXECUTION 3.01 INSTALLATION A. Support, suspend, or anchor exposed pipe, fittings, valves, and appurtenances to prevent sagging, overstressing, or movement of piping; and to prevent thrusts or loads on or against connected pumps, blowers, and other equipment. B. Field verify support location, orientation, and configuration to eliminate interferences prior to fabrication of supports. C. Carefully determine locations of inserts. Anchor to formwork prior to placing concrete. D. Use flush shells only where indicated on the Drawings. E. Do not use anchors relying on deformation of lead alloy. F. Do not use powder -actuated fasteners for securing metallic conduit or steel pipe larger than 1 inch to concrete, masonry, or wood. G. Secure pipes with double nutted U -bolts or suspend pipes from hanger rods and hangers. 1. For all other piping, use galvanized U -bolts. H. Support spacing: 1. Support 2 -inch and smaller piping on horizontal and vertical runs at maximum 5 feet on center, unless otherwise specified. 2. Support larger than 2 -inch piping on horizontal and vertical runs at maximum 10 feet on center, unless otherwise specified. 3. Support exposed polyvinyl chloride and other plastic pipes at maximum 5 feet on center, regardless of size. April 2016 - DRAFT 15061-3 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115661 (FRS -50) 6730F10 4. Support tubing, PVC pipe 1 -inch and smaller, copper pipe and tubing, fiber - reinforced plastic pipe or duct, and rubber hose and tubing at intervals close enough to prevent sagging greater than 1/4 inch between supports. 5. Do not suspend or support valves, pipe and fittings from another pipe or conduit. I. Install supports at: 1. Any change in direction. 2. Both sides of flexible pipe connections. 3. Base of risers. 4. Floor penetrations. 5. Connections to pumps, blowers, and other equipment. 6. Valves and appurtenances. J. Securely anchor plastic pipe, valves, and headers to prevent movement during operation of valves. K. Anchor plastic pipe between expansion loops and direction changes to prevent axial movement through anchors. L. Provide elbows or tees supported from floors with base fittings where indicated on the Drawings. M. Support base fittings with metal supports or when indicated on the Drawings support on concrete piers. Do not use chains, plumbers' straps, wire, or similar devices for permanently suspending, supporting, or restraining pipes. O. Support plumbing drainage and vents in accordance with plumbing code. P. Supports, clamps, brackets, and portions of support system bearing against copper pipe: Copper plated, copper throughout, or isolated with neoprene or polyvinyl chloride tape. Q. Where pipe is insulated, install over -sized supports and hangers. R. Install insulation shield in accordance with MSS SP -58, Type 40. Shield shall be galvanized steel unless otherwise specified or indicated on the Drawings. S. Install riser clamps at floor penetrations and where indicated on the Drawings. T. Coat support system components as specified in Section 09960. 3.02 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. Manufacturer services for each type of pipe support: 1. Provide Manufacturer's Certificate of Source Testing. 2. Provide Manufacturer's Certificate of Installation and Functionality Compliance. END OF SECTION April 2016 - DRAFT 15061-4 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications115061 (FRS -90) 6730F10 SECTION 15062 PREFORMED CHANNEL PIPE SUPPORT SYSTEM PART1 GENERAL 1.01 SUMMARY A. Section includes: Preformed channel pipe support system consisting of preformed channels, fittings, straps, and fasteners engineered to support piping. 1.02 REFERENCES A. American Institute of Steel Construction (RISC). B. American Iron and Steel Institute (AISI). C. Manufacturer's Standardization Society (MSS): 1. SP -58 - Pipe Hangers and Supports - Materials, Design, and Manufacture. 2. SP -69 - Pipe Hangers and Supports - Selection and Application. 1.03 SYSTEM DESCRIPTION A. Design responsibility: 1. The manufacturer of the preformed channel pipe support system is responsible for the design of the support system. 2. Prepare design calculations utilizing the design criteria included in these Specifications. 3. Prepare detailed shop drawings illustrating the layout of the support system and identifying the components of the support system. B. Design criteria: 1. Include live, dead, and seismic loads associated with piping, valves, and appurtenances. Consider the content of the pipes in load calculations. 2. Minimum gauge thickness: 12 -gauge. 3. Allowable stress of channels: a. Steel channels: The lesser of 25,000 pounds per square inch, or 0.66 times yield stress of steel. b. Stainless steel channels: 0.66 times the yield stress of the stainless steel alloy. 4. Maximum deflection: 11240 of span. 5. Allowable column loads: As recommended by manufacturer in published instruction for column's unsupported height and "K" value for calculating effective column length of not less than 1.0. 6. Future loads: a. Support systems indicated on the Drawings may include spaces intended to accommodate future pipes. b. Assume such spaces are occupied by 6 -inch diameter ductile iron pipes. Only the number of pipes that would physically fit into the space need be considered. April 2016 - DRAFT 15062-1 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115662 (FRS -9O) 6730F10 c. Include the weight of the pipe contents in determining future loads. Assume pipe contents are water. 7. Seismic design criteria: As indicated on the Drawings and required for mechanical equipment. 8. Spacing of supports: As required to comply with design requirements but not more than 5 feet. C. Supports below the top of walls of water bearing structures: Use Type 316 stainless steel for support system components. 1. Supports in other locations: Use hot -dipped galvanized components unless other materials are specifically indicated on the Drawings. 1.04 SUBMITTALS A. Shop drawings: Include layout of support system including pipe loads, selected channel size, fittings, and appurtenances. B. Structural design calculations sealed by a registered engineer of the State of Texas. C. Provide Manufacturer's Certificate of Source Testing. D. Provide Manufacturer's Certificate of Installation and Functionality Compliance. 1.05 QUALITY ASSURANCE A. Design preformed channel pipe support system for loads in accordance with applicable provisions of: 1. AISC Manual of Steel Construction. 2. AISI Cold -Formed Steel Design Manual. B. Product standards: 1. Pipe support components: In accordance with MSS SP -69. 2. Pipe support materials: In accordance with MSS SP -58. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Fabricate preformed channel pipe support system using, as a minimum, parts specified below and meeting the requirements specified under Design Criteria. 1. Manufacturers: One of the following or equal: a. Unistrut, Series P1000 or P1001; P5500 or P5501. b. Allied Support Systems, Power Strut, Figure PS -200 or PS -200 2TS; PS -150 or PS -150 2TS. c. Cooper Industries, B -Line, Channel Type B22 or B22A; B12 or B12A. 2.02 ACCESSORIES A. Preformed channel concrete inserts: Minimum 12 inches long. 1. Manufacturers: One of the following or equal: a. Unistrut, Series P-3200. b. Allied Support Systems, Figure 282. April 2016 - DRAFT 15062-2 pw:llCarollofDocuments+CIient/TX/Corpus ChristU6730F10/Specifications/15062 (FRS -90) 6730F10 c. Cooper Industries, B -Line Series B321. B. 90 -degree angle fittings: 1. Manufacturers: One of the following or equal: a. Unistrut, P1026. b. Allied Support Systems, Power Strut, P603. C. Pipe straps: 1. For pipes 8 inches in diameter and smaller: Use 2 -piece universal strap with slotted hex head screw and nut. a. Manufacturers: One of the following or equal: 1) Unistrut, Series P1109 through P1126. 2) Allied Support Systems, P51100. 3) Cooper Industries, B -Line Series B2000. 2. For pipes greater than 8 inches in diameter: Unless different material is otherwise indicated on the Drawings use 1 -piece 1 inch wide by 1/8 inch thick steel strap, hot -dip galvanized after fabrication. D. Prefabricated double channel bracket: 1. Manufacturers: One of the following or equal: a. Unistrut, P2542 -P2546. b. Cooper Industries, B -Line Series B297. E. Touch-up paint for galvanized surfaces: 1. Manufacturers: One of the following or equal: a. Galvinox, Galvo-Weld. F. Touch-up paint for painted surfaces: Same formulation as factory paint. 2.03 FABRICATION A. Hot -dip galvanize support system components after fabrication to required length and shape. B. Do not galvanize or paint stainless steel components. PART 3 EXECUTION 3.01 INSTALLATION A. Install preformed channel concrete inserts for vertical support, quantity based on manufacturer's structural design calculations. B. Fasten preformed channel pipe supports to existing walls using Z -fittings and concrete anchors as indicated on the Drawings. C. Fasten preformed channel pipe supports to preformed channel concrete inserts embedded in ceiling using U-shaped fittings. D. Suspend threaded rods from concrete inserts embedded in ceiling. Support preformed channel pipe supports with threaded rods. April 2016 - DRAFT 15062-3 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115662 (FRS -9O) 6730F10 E. Touchup cut or damaged galvanized surfaces. F. Prevent contact between pipes and support components of dissimilar metals. Utilize rubber coated, plastic coated, or vinyl coated components, stainless steel components, or wrap pipe with PVC or polyethylene tape. G. Install support as near as possible to concentrated loads. H. Install support within 2 feet of horizontal and vertical changes in pipe alignment. 1. Adjust supports or install shims to obtain specified slope or elevation. 3.02 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. Manufacturer services, 1. Provide Manufacturer's Certificate of Source Testing. 2. Provide Manufacturer's Certificate of Installation and Functionality Compliance. END OF SECTION April 2016 - DRAFT 15062-4 pw:llCarollofDocuments+CIient/TX/Corpus ChristU6730F10/Specifications/15062 (FRS -90) 6730F10 SECTION 15076 PIPE IDENTIFICATION PART1 GENERAL 1.01 SUMMARY A. Section includes: Pipe identification including the following: 1. Pipe identification by color and legend. 2. Underground warning tape. 3. Tracer wire. 4. Witness markers. 5. Valve identification. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. 1.02 REFERENCES A. American Society of Mechanical Engineers (ASME): 1. A13.1 - Scheme for the Identification of Piping Systems. 1.03 SUBMITTALS A. Submit following: 1. Product data. 2. Samples. 3. Manufacturers installation instructions. 4. Submit following: a. Operation and Maintenance Data. b. Warranty. PART 2 PRODUCTS 2.01 ABOVE GROUND AND IN -CHASE PIPE IDENTIFICATION A. Manufacturers: 1. One of the following or equal: a. Seton, Opti Code Pipe Markers. b. Lab Safety Supply. c. Marking Services, Inc. April 2016 - DRAFT 15076-1 pw:IlCarallcNocumentsJClient!TX/Corpus Christi16136F10/Specifcations115676 (FRS -9O) 6730F10 B. Materials: 1. Pipe markers indicating flow direction and service: Self-adhesive vinyl, suitable for outdoor application from -40 degrees to 180 degrees Fahrenheit; in accordance with ASME A13.1 requirements. a. Lettering: Nominal Pipe Diameter Lettering Size Less than 1.5 1/2 inch 1.5 inches to 2 inches 3/4 inch 2.5 inches to 6 inches 1-1/4 inches 8 inches to 10 inches 2-1/2 inches Over 10 inches 3-1/2 inches b. Marker colors: Service Lettering Background Flammables, chemicals, toxics Black Yellow Water, nontoxic solutions or low hazard liquids White Green Nonflammable or nontoxic gases White Blue Fire quenching fluids (foam, fire water, CO2 Halon) White Red 2. Coating: As specified in Section 09960. 3. Pipe identification tags: Aluminum or stainless steel with stamped -in 1/4 inch high identifying lettering. 4. Pipe identification tag chains: Aluminum or stainless steel. 5. Snap -on markers: Markers with 3/4 inch high letters for 3/4 to 4 inch pipe or covering, or 5 inch high letters for 5 inch or larger pipe or cover, as manufactured by one of following: a. Brady Bradysnap-On B-915. b. Seton Setmark. 2.02 BURIED PIPELINE IDENTIFICATION A. Underground warning tape: 1 Manufacturer: One of the following or equal: a. Seton Name Plate Company, Branford, CT. b. T. Christy Enterprises, Inc. 2. Material: a. Polyethylene tape for prolonged underground use. b. Minimum tape thickness: 4 mils. c. Overall tape width: 6 inches. d. Message: "CAUTION" with the name of the service followed by "LINE BURIED BELOW." in black lettering on colored background in accordance with approved APWA colors. 1) Water: Blue. 2) Sewer: Green. 3) Telephone: Orange. April 2016 - DRAFT 15076-2 pw://CarollofDocumentsJClientl7)[/Corpus ChristU6730F10/Specifications/15676 (FRS -90) 6730F10 4) Gas and other services: Yellow. e. Aluminum backing or solid aluminum core. 3. Materials: One of the following or equal: a. Solid copper conductor with 30 mil HMWPE. b. 10 gauge or thicker wire. c. Match insulation color to the color of the pipe being installed. B. Witness markers: 1. Manufacturers: One of the following or equal: a. Carsonite Composites, Utility Marker. b. Hampton Technical Associates, Inc. 2. Materials: a. Glass fiber and resin reinforced thermosetting composite material. b. UV resistant. 3. Constructed as a single piece. 4. Pointed at the bottom end... 5. Information to be included on the marker: a. "Caution" (type of service) "Pipeline". b. Phone number for Underground Service Alert. c. Phone number for Owner in case of emergency. d. Station number. e. Offset: 1) Only provide offset if marker is not directly over the pipe. f. Name of appurtenance or fitting (e.g. 45, BO, ARV etc.) 2.03 VALVE IDENTIFICATION A. The Contractor shall furnish and install tags for all valves and gates required for the Work. 1. Tags shall be 2.5 -inch square minimum, or sized as necessary to fit required number characteristics. 2. Stainless steel, 1/16 -inch thick. 3. Tags shall be furnished with a non -corrosive metal wire suitable for attaching the tag to the operator base. 4. Tags shall be stamped in 1/4 -inch high letter a. Tags shall not be attached in such a way as to inhibit the operation of the valve or gate. 5. Buried valve tags shall be secured to concrete s with the specified valve or gate number. 6. Submit 2 samples of the type of tag proposed and the manufacturer's standard color chart and letter styles to the Engineer for review. 7. Manufacturer: The following or equal: a. Seton Name Plate Company, Branford, CT. PART 3 EXECUTION 3.01 EXAMINATION A. Verify satisfactory conditions of substrate for applying identification. B. Verify that conditions are satisfactory for installation and application of products. April 2016 - DRAFT 15076-3 pw:IlCarallcNocumentsJClient!TX/Corpus Christi16136F10/Specifcations/15676 (FRS -9O) 6730F10 3.02 PREPARATION A. Prepare and coat surfaces as specified in Section 09960. B. Prepare surface in accordance with product manufacturers instructions. 3.03 ABOVE GROUND AND IN -CHASE PIPING IDENTIFICATION A. Identify exposed piping, valves, and accessories in accessible chases with lettering or tags designating service of each piping system with flow directional arrows and color code. B. Color code: 1. Paint all piping with colors as scheduled in Piping Color Code and Marker Schedule. C. Lettering and flow direction arrows: 1. Stencil lettering on painted bands or use snap -on markers on pipe to identify pipe. When stenciling, stencil 3/4 inch high letters on 3/4 through 4 -inch pipe or coverings, or 5 -inch high letters on 5 -inch and larger pipe or coverings. 2. Provide lettering and flow direction arrows near equipment served, adjacent to valves, both sides of walls and floors where pipe passes through, at each branch or tee, and at intervals of not more than 50 feet in straight runs of pipe. D. Where scheduled, space 6 -inch wide bands along stainless steel pipe at 10 -foot intervals and other pipe at 5 -foot intervals. E. Label chemical tank fill pipelines at locations which are visible from chemical fill stations. F. Metal tags: 1. Where outside diameter of pipe or pipe covering is 5/8 inch or smaller, provide metal pipe identification tags instead of lettering. 2. Fasten pipe identification tags to pipe with chain. 3. Where tags are used, color code pipe as scheduled. 3.04 BURIED PIPING IDENTIFICATION A. Underground warning tape: 1. Place continuous run of warning tape in pipe trench, 12 inches above the pipe. B. Tracer wire: 1. Install on all non-metallic pipe. 2. Install an electrically continuous run of tracer wire along the entire length of the pipe with wire terminations in valve boxes, vaults, or structures. 3. Install tracer wire on top of the pipe and secure to pipe with tape a minimum of every 10 feet. 4. Where approved by the Engineer, splice sections of wire together using approved direct bury wire nuts. a. Twisting the wires together is not acceptable. April 2016 - DRAFT 15076-4 pw://CarollofDocumentsJClientl7)[/Corpus ChristU6730F10/Specifications/15676 (FRS -90) 6730F10 C. Witness markers: 1. Install over pipe in unpaved open -space areas at intervals not greater than 200 feet. 2. Place markers at appurtenances located in unpaved areas. 3. Embed markers at least 18 inches into the soil. 3.05 APPLICATION A. Identify piping with legend markers, directional arrow markers, and number markers; use self-adhesive arrow roll tape to secure ends of piping markers and indicate flow direction. B. Provide legend markers, directional arrow markers, and number markers where piping passes through walls or floors, at piping intersections and at maximum 15 foot spacing on piping runs. C. Provide piping marker letters and colors as scheduled. D. Place markers on piping so they are visible from operator's position in walkway or working platform near piping. Locate markers along horizontal centerline of pipe, unless better visibility is achieved elsewhere. 3.06 PIPING COLOR CODE AND MARKER SCHEDULE Service Fluid Pipe Color Marker Legend Chemical Drain Charcoal CHEMICAL DRAIN None Black Nonpotable or Raw Drain Charcoal DRAIN Pumped Drain Charcoal PUMPED DRAIN Process Water Dark Blue PROCESS WATER Sanitary Drain Charcoal SANITARY DRAIN Tank Drain Charcoal TANK DRAIN Vent Pipe Yellow VENT PIPE Washdown Water (W3) Medium Blue WASHDOWN WATER Letters Color of Pipe Color of Bands Color of Letters Finished or Potable (cold) Light blue None Black Nonpotable or Raw Light blue Dark Gray Black Service Water (lines downstream from backflow prevention unit Dark Blue White Red April 2016 - DRAFT 15076-5 pw:IlCarallcNocumentsJClient!TX/Corpus Christi16136F10/Specifcations/15676 (FRS -9O) 6730F10 Letters Color of Pipe Color of Bands Color of Letters Wash Water Drain Light Gray None Black Drain Dark Gray None White Sump Pump Pipe Line Dark Gray Red White Hydrofluosilicic Acid White Yellow Black END OF SECTION April 2016 - DRAFT 15076-6 pw://CarollofDocumentsJClientl7)[/Corpus ChristU6730F10/Specifications/15676 (FRS -90) 6730F10 SECTION 15082 PIPING INSULATION PART1 GENERAL 1.01 SUMMARY A. Section includes: Insulation for piping and related systems. 1.02 REFERENCES A. ASTM International (ASTM): 1. A53 - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded, and Seamless. 2. C177 - Standard Test Method for Steady -State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded -Hot -Plate Apparatus. 3. C518 - Standard Test Method for Steady -State Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus. 4. C533 - Standard Specification for Calcium Silicate Block and Pipe Thermal Insulation. 5. C547 - Standard Specification for Mineral Fiber Pipe Insulation. 6. C552 - Standard Specification for Cellular Glass Thermal Insulation. 7. C795 - Standard Specification for Thermal Insulation for Use in Contact with Austenitic Stainless Steel. 8. C929 - Standard Practice for Handling, Transporting, Shipping, Storage, Receiving, and Application of Thermal Insulation Materials for Use in Contact with Austenitic Stainless Steel. 9. C1136 - Standard Specification for Flexible, Low Permeance Vapor Retarders for Thermal Insulation. 10. D1784 - Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPUC) Compounds. 11. D2310 - Standard Classification of Machine -Made "Fiberglass" (Glass -Fiber -Reinforced -Thermosetting -Resin) Pipe. 12. E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. 13. E96 - Standard Test Methods for Water Vapor Transmission of Materials. 1.03 DEFINITIONS A. Buried: Piping that is installed below buildings, foundations, or finish grade, either in soil or encased in concrete in soil. B. Concealed: Piping above suspended ceilings and within walls, partitions, shafts, or service spaces and spaces not normally exposed to view but not buried. C. Exterior: Piping that is installed under canopies, outside a building,or within a pipe trench or tunnel. April 2016 - DRAFT 15082-1 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10ISpecifcations115682 (FRS -90) 6730F10 D. Flame spread and smoke density: Burning characteristics determined in accordance with ASTM E84. No units apply to value. E. Interior: Piping that is installed inside a building. F. K factor: Thermal conductivity determined in accordance with ASTM C177 or C518 and expressed in units of BTU-inch/hour-square feet -degrees Fahrenheit. G. Mineral fiber: Fibers manufactured of glass, rock, or slag processed from a molten state, with or without a binder. H. Water vapor permeance: Water vapor transmission determined in accordance with ASTM E96 and expressed in units of perm -inch. 1.04 SUBMITTALS A. Product data: 1. Insulation properties: Include K factor, thickness, density, operating temperature limits, tensile strength, compressive strength, moisture absorption, flame spread, and smoke developed in accordance with ASTM E84 and corrosivity to stainless steel piping in accordance with ASTM C795. 2. Jacket properties: Include covering material, cover thickness, tensile strength, tear strength, permeability in accordance with ASTM E96, flame spread, and smoke developed in accordance with ASTM E84, closure type or devices, and accessories. 3. Insulating blankets: Include materials, performance characteristics, method of attaching to equipment, listing of locations where insulating blankets will be installed. B. Manufacturer's application instructions: Include assembly and application drawings and detailed instructions. C. Laboratory report: Provide certified laboratory report stating that insulation is not manufactured using chlorinated polymers and does not contain chlorides, bromides, sulfates, or fire -rated materials. D. Provide Manufacturer's Certificate of Source Testing. E. Provide Manufacturer's Certificate of Installation and Functionality Compliance 1.05 REGULATORY REQUIREMENTS 1.06 DELIVERY, STORAGE, AND HANDLING A. Store insulation materials and accessories under cover and protected from moisture. B. Handle and store insulation for use on stainless steel in accordance with ASTM 0929. April 2016 - DRAFT 15082-2 pw:llCarollofDocuments+CIient/TX/Corpus ChristU6730F10ISpecifications115682 (FRS -90) 6730F10 1.07 SEQUENCING AND SCHEDULING A. Pressure test piping and complete application of coating system before applying insulation. B. When piping is to be heat traced, install and functionally test heat tracing before installation of insulation. C. Before beginning installation of piping insulation, verify that the Engineer has accepted piping tests, pipe coating applications, and heat tracing tests. PART2 PRODUCTS 2.01 PIPE INSULATION, GENERAL REQUIREMENTS A. Insulation thicknesses: Provide insulation thickness in inches in accordance with the following table. Insulation thickness shown is nominal. Manufacturing tolerance of 15 percent variation is permissible. Required Insulation Thicknesses (inches) Service Temperature Range as Designated in Insulation Schedule at End of this Section Nominal Pipe Diameters 1 inch and Less 1.25 to 2 inch 2.5 to 4 inch 5 to 10 inch Over 10 inch Above 200 degrees Fahrenheit 2.0 2.5 3.0 3.5 3.5 100 to 200 degrees Fahrenheit 1.5 1.5 1.5 2.0 2.5 40 to 100 degrees Fahrenheit 0.5 1.0 1.0 1.5 2.0 Below 40 degrees Fahrenheit 1.0 1.0 1.5 2.0 2.0 Heat Traced Pipes 1.0 1.0 1.0 1.5 2.0 Aeration Air Pipes 0.5 0.5 1.0 1.0 1.0 2.02 PIPE INSULATION A. Insulation types: Provide in accordance with the insulation types listed and scheduled. B. Insulation, Type 1: 1. Insulation material: Closed cell elastomeric insulation. 2. Manufacturers: One of the following or equal: a. Armstrong World Industries, AP Armaflex. b. Apache Products Company, ISO -25. 3. Minimum temperature range: Minus 40 degrees Fahrenheit to plus 220 degrees Fahrenheit. 4. K factor at 75 degrees Fahrenheit: Not more than 0.27 BTU-inch/hour-square feet -degrees Fahrenheit. 5. Fire ratings: a. Flame spread: 25 or less. b. Smoke density: 50 or less for insulation thicknesses up to 1.5 inches. April 2016 - DRAFT 15082-3 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10ISpecifcations115682 (FRS -90) 6730F10 6. Joints: Seal with manufacturer's recommended contact adhesive to form continuous water barrier. C. Insulation, Type 2: 1. Insulation material: Preformed mineral fiberglass insulation made from glass fibers bonded with a thermosetting resin. a. In accordance with ASTM 0547, Class 1. b. Provide with factory installed vapor barrier. 1) Material: White kraft paper bound to aluminum foil in accordance with ASTM C1136, Type I. 2) Longitudinal lap seals: Pressure -sensitive, self-sealing longitudinal lap strip with factory applied adhesive. 3) Circumferential butt seals: 4 -inch wide tape or similar properties or 4 -inch wide overlap with adhesive seal. 4) Vapor barrier permeability: 0.02 perms or lower. 5) Vapor barrier flame spread rating: 25 or less. 2. Minimum temperature range: Minus 0 degrees Fahrenheit to plus 850 degrees Fahrenheit. 3. K factor at 75 degrees Fahrenheit: Not more than 0.23 BTU-inch/hour-square feet degrees Fahrenheit. 4. Maximum moisture absorption, volume percent: 5. 5. Manufacturers: One of the following or equal: a. Owens-Corning Fiberglas Corp. b. Johns Manville. c. Knauf Fiber Glass. D. Insulation, Type 3: 1. Insulation material: Rigid cellular glass in accordance with ASTM 0552, Type I I . 2. Temperature range: Minus 450 degrees Fahrenheit to plus 900 degrees Fahrenheit. 3. K factor at 75 degrees Fahrenheit: Not more than 0.32 BTU-inch/hour-square feet -degrees Fahrenheit. 4. Minimum average density: 7.5 pounds per cubic foot. 5. Maximum moisture absorption, volume percent: 5. 6. Minimum compressive strength: 87 pounds per square inch. 7. Moisture permeability: 0.00 perm -inch. 8. Manufacturers: One of the following or equal: a. Pittsburgh Corning Corporation, Foamglas. b. Cell -U -Foam Corporation, Ultra-CUF. F. Insulation, Type 4: 1. Insulation material: Asbestos -free, rigid calcium silicate in accordance with ASTM 0533; Type I for process temperatures up to 1,200 degrees Fahrenheit. 2. K factor at 500 degrees Fahrenheit: 0.55 for Type I. 3. Maximum average (dry) density: 14.5 pounds per cubic foot. 4. Compressive strength: 100 pounds per square inch, to produce a 5 -percent compression. 5. Manufacturers: One of the following or equal: In accordance with ASTM C533 Type I: a. Industrial Insulation Group, LLC, Thermo -12 Gold. April 2016 - DRAFT 15082-4 pw:llCarollofDocuments+CIient/TX/Corpus ChristU6730F10ISpecifications115682 (FRS -90) 6730F10 2.03 INSULATION JACKETS A. Jacket, Type 1: 1. Material: 28 ounces per square yard polyvinyl chloride on polyester fabric; total thickness 0.028 inches minimum. 2. Fire rating: 25 maximum flame spread, smoke developed 50 or less. 3. Color: As selected by the Engineer from manufacturer's standard colors. 4. Overlap: 1 -inch minimum at joints and fittings. 5. Joint seal: Self-sealing lap tape. 6. Fittings: Factory made with full thickness insulation. 7. Manufacturers: One of the following or equal: a. Accessible Products, Techlite Insulation, 379 SSL Series. B. Jacket, Type 2: 1. Material: Ultraviolet -resistant polyvinyl chloride jacketing, 20 mil minimum thickness. 2. Fire rating: 25 maximum flame spread, smoke developed 50 or less. 3. Color: White. 4. Overlap: 1 -inch minimum at joints and fittings. 5. Joint seal: PVC solvent welded or adhesive as recommended by the manufacturer. 6. Fittings: Factory made with full thickness insulation. 7. Manufacturers: One of the following or equal: a. Johns Manville, Zeston 2000 PVC. b. Prato Corp., LoSMOKE PVC. c. Speedline Smoke Safe PVC Jacketing System. d. Knauf Covering System. C. Jacket, Type 3: 1. Material: Aluminum, Alloy 5005; 0.016 -inch (26 gauge) minimum thickness. 2. Overlap: Overlap circumferential joints 4 inches minimum; overlap longitudinal joints 1 -inch minimum; longitudinal joints oriented to minimize water entry. 3. Bands: 0.5 inch wide, 0.0508 inch (16 gauge) thick aluminum, same alloy as jacket or 0.0179 inch thick Type 304 stainless steel; install on 18 -inch centers, uniformly spaced and at all fitting joints. 4. Joint seal: Apply waterproof adhesive at joints and overlaps. 5. Fittings: Custom fit of same materials. 6. Manufacturers: One of the following or equal: a. Childers Products. b. Premetco International. 2.04 VAPOR BARRIERS A. Vapor barrier, Type 1: 1. Material: White kraft paper bound to aluminum foil in accordance with ASTM C1136, Type 1. 2. Permeability: 0.02 perms or lower. 3. Maximum flame spread rating: 25. 4. Edge seal: Pressure -sensitive tape lap seal. 5. Circumferential joints: 4 -inch wide tape or 4 -inch overlap with adhesive seal. April 2016 - DRAFT 15082-5 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10ISpecifcations115682 (FRS -90) 6730F10 B. Vapor barrier, Type 2: 1. Material: Mastic. 2. Manufacturers: One of the following or equal: a. Benjamin Foster, No. 30-76. b. I n su I -Co ustic, No. I.C.-580. c. Foster Products, 36-10146-10 Weatherite. d. Childers Products CP10/11 Vi-Acryl. 2.05 RELATED MATERIALS A. Cover adhesive: Premium adhesive as recommended by the insulation cover supplier for heavy-duty service in corrosive, wet environments. Standard -duty adhesives are not permitted. 2.06 REMOVABLE INSULATING BLANKETS A. In piping systems specified to be insulated, use removable insulating blankets for valves, meters, strainers, filters, catalytic converters, engine exhaust silencers, and other in-line piping appurtenances and equipment requiring periodic servicing. B. Size limits: Use removable insulating blankets for equipment and piping appurtenances 3 -inch in nominal size and larger. Insulate equipment and piping appurtenances less than 3 -inch with molded sections of insulation or by field cutting insulation to conform to the shape of the component and to fit tightly around the component. C. Manufacturers: One of the following, or equal: 1. Pittsburgh Corning, Temp -Mat. 2. Accessible Products, Thermazip 2000 Jacket. 3. Thermal Energy Products, Inc., Energy Wrap. D. Low temperature insulating blankets rated up to 800 degrees Fahrenheit: 1. Use: For service temperatures up to 800 degrees Fahrenheit. 2. Insulation: Fiberglass fiber, K factor 0.27 at 75 degrees Fahrenheit. 3. Cover: 17 -ounce fabric with both sides covered with silicone -impregnated glass cloth suitable for temperatures up to 800 degrees Fahrenheit. 4. Cover fasteners: Use one of the following systems: a. Grommets in the blanket and stainless steel wire. b. 1 -inch wide straps with stainless steel rectangular ring buckles and Velcro on strap tail. E. High temperature insulating blankets rated up to 1,400 degrees Fahrenheit: 1. Rated for sustained service temperatures up to 1,400 degrees Fahrenheit. 2. Insulation: Ceramic fiber, K factor 0.50 at 600 degrees Fahrenheit, insulation material suitable for up to 2,300 degrees Fahrenheit, thickness to match adjacent piping insulation specified thickness. 3. Cover: 17 -ounce silicone impregnated fiberglass cloth suitable for temperatures up to 1,400 degrees Fahrenheit. 4. Cover fasteners: Use one of the following systems: a. Grommets in the blanket and stainless steel wire. b. 1 -inch wide straps with stainless steel rectangular ring buckles and Velcro on strap tail. April 2016 - DRAFT 15082-6 pw:llCarollofDocuments+CIient/TX/Corpus ChristU6730F10ISpecifications115682 (FRS -90) 6730F10 PART 3 EXECUTION 3.01 EXAMINATION A. Verification of conditions: Before installing insulation, verify satisfactory completion of pressure tests of piping systems and functional tests of heat tracing equipment. B. Examine piping surfaces and verify that surfaces are dry and free of loose scale, rust, dirt, oil, or water before applying insulation. When specified, paint or coat pipe surfaces as specified in Section 09960 before installing insulation. C. Examine insulation materials and accessories before installation. Do not install insulation and jackets that have been damaged or insulation that has become wet. 3.02 INSULATION SCHEDULE Service Designation('} Location(2) Insulation Type (3) Jacket Type{3} Service Temp. °F(4) Vapor Barrier Carrier Water (CW) Exterior 1 or 2 2 Below 90 Required Plant Water Exterior 1 2 60-80 None Use thickness PVC Ball Valves Exterior 1 or 2 2 established in table in Required Article 2.01 Use thickness Install on Heat Traced Pipes(') Exterior 1 or 2 2 established in table in Article 2.01 Type 2 insulation Notes: 1. Refer to Piping Schedule in Section 15052 for service designations. 2. Insulation jackets are not required for interior installations that are concealed. See definitions for description of concealed locations. 3. Contractor may select from options listed. 4. Unless noted otherwise, use service temperature range provided in this table to establish insulation thickness as required by Table in Article 2.01, Paragraph A. 5. Service temperature based on engine rating. Use Type I calcium silicate for exhaust temperatures up to 1,000 degrees Fahrenheit; use Type II calcium silicate for exhaust temperatures above 1,000 degrees Fahrenheit. 6. Install insulation on all aeration air piping located within the Blower Building from the discharge of blowers to 10 feet above floor slab. Insulation is not required for aeration air piping that is installed higher than 10 feet above the floor slab. 7. Insulate all piping systems that are specified to be heat traced. 3.03 INSTALLATION A. Install insulation and jacket materials in accordance with manufacturer's written instructions. B. Apply insulation in smooth, clean manner with tight and finished smooth joints. Fit insulation tightly against surfaces. Insulate each continuous run of pipe with full-length sections of insulation with a single piece cut to length to complete the run of pipe. Do not use cut pieces or scraps to complete the installation. April 2016 - DRAFT 15082-7 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10ISpecifcations115682 (FRS -90) 6730F10 C. Butt longitudinal and circumferential insulation joints firmly together. D. Maintain the integrity of vapor barrier jacketing. Do not use staples to hold vapor barrier overlaps in place. E. Apply sealant or cement when previous applications of adhesives and cement have thoroughly dried. F. Apply insulation to permit expansion or contraction of pipelines without damage to insulation or jacketing. G. Fittings: 1. Insulate fittings by covering with mitered sections of insulation or utilize factory -made prefabricated fitting shapes. 2. Terminate preformed pipe jackets or covering at sufficient distance from flanges to permit removal of bolts. 3. Overlap flange and flanged fitting insulation on adjacent pipe covering by at least 2 inches. H. Valves: 1 Insulate valves 3 -inch in nominal size and larger with removable insulating blankets. 2. Size blanket to extend up to packing gland only so that replacement of packing does not require removal of insulating blanket. I. Provide continuous insulation through and over pipe supports and provide protection saddles at supports. J. Extend insulation against insulation end protection shields or covers so that insulation voids do not exist and provide watertight end seals and covers where insulation terminates. K. Insulate pipeline strainers to permit removal of strainer basket without disturbing insulation on strainer body. L. Provide continuous pipe insulation and covering through sleeves or openings in walls and floors. When buried pipe enters a building through a below grade wall or slab penetration, begin insulation system on interior side of penetration. M. Apply premolded pipe insulation with extended legs when used on pipe traced with either tubing or electric cable type. N. Thermally isolate all insulation closure locations (end caps, transitions, etc.) Type 1 or 2 jacket installation on piping with potential reach temperatures greater than 150 degrees Fahrenheit. O. Apply piping identification on jackets as specified in Section 15076. 3.04 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. April 2016 - DRAFT 15082-8 pw:llCarollofDocuments+CIient/TX/Corpus ChristU6730F10ISpecifications115682 (FRS -90) 6730F10 B. Manufacturer services for each type of piping insulation: 1. Provide Manufacturer's Certificate of Source Testing. 2. Provide Manufacturer's Certificate of Installation and Functionality Compliance. END OF SECTION April 2016 - DRAFT 15082-9 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10ISpecifcations115682 (FRS -90) 6730F10 This page intentionally left blank SECTION 15110 COMMON WORK RESULTS FOR VALVES PART1 GENERAL 1.01 SUMMARY A. Section includes: Basic requirements for valves. 1.02 REFERENCES A. American Water Works Association (AWWA): 1. C111/A21.11 - Standard for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe Fittings. B. ASTM International (ASTM): 1. A126 - Standard Specification for Gray Iron Casting for Valves, Flanges, and Pipe Fittings. 2. A167 - Standard Specification for Stainless and Heat -Resisting Chromium - Nickel Steel Plate, Sheet, and Strip. 3. A536 - Standard Specification for Ductile Iron Castings. C. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects. D. Society for Protective Coatings (SSPC): 1. SP 7 - Brush -Off Blast Cleaning. 2. SP 10 - Near -White Blast Cleaning. 1.03 DESIGN REQUIREMENTS A. Pressure rating: 1. Suitable for service under minimum working pressures of 150 pounds per square inch gauge. 2. When a piping system is specified in the Piping Schedule to be tested at a pressure greater than 150 pounds per square inch gauge, provide valves for that piping system with design working pressure which is sufficient to withstand the test pressure. B. Valve to piping connections: 1. Valves 3 inch nominal size and larger: Flanged ends. 2. Valves less than 3 inch nominal size: Screwed ends. 3. Plastic valves in plastic piping: a. Up to 2.5 inches: Provide solvent or heat welded unions. b. 3 inches and above: Provide solvent or heat welded flanges. 1.04 SUBMITTALS A. Product data: 1. Submit the following information for each valve: April 2016 - DRAFT 15110-1 pw:IlCarallatDocuments+Client!TX/Corpus Christi16130F10ISpecifcations115110 (FRS -90) 6730F10 a. Valve type, size, pressure rating, Cv factor. b. Coatings. c. Power valve actuators: 1) Information on valve actuator including size, manufacturer, model number, limit switches, mounting; and motor enclosure, seating and unseating torque coefficient, dynamic torque, and bearing friction for calculation of maximum operating torque. 2) Complete wiring diagrams and control system schematics. d. Manual valve actuators: 1) Information on valve actuator including size, manufacturer, model number. e. Certified drawings with description of component parts, dimensions, weights, and materials of construction. f. Certifications of reference standard compliance: 1) Submit certification that the valves and coatings are suitable in potable water applications in accordance with NSF 61. g. Clearly mark submittal information to show specific items, materials, and accessories or options being furnished. h. Factory test data. B. Provide vendor operation and maintenance manual. 1. Furnish bound sets of installation, operation, and maintenance instructions for each type of manual valve 4 inch in nominal size and larger, and all non -manual valves. Include information on valve operators. C. Provide Manufacturer's Certificate of Source Testing. D. Provide Manufacturer's Certificate of Installation and Functionality Compliance. 1.05 QUALITY ASSURANCE A. Manufacturer qualifications: 1. Valves manufactured by manufacturers whose valves have had successful operational experience in comparable service. 1.06 DELIVERY STORAGE AND HANDLING A. Protect valves and protective coatings from damage during handling and installation; repair coating where damaged. PART 2 PRODUCTS 2.01 MATERIALS A. Stainless steel: In accordance with ASTM A167, Type 316, or Type 304, UNS Alloy S31600 or S30400. B. Valve and operator bolts and nuts: 1. Fabricated of stainless steel for the following installation conditions: a. Submerged in sewage or water. b. In an enclosed space above sewage or water. c. In structures containing sewage or water, below top of walls. April 2016 - DRAFT 15110-2 pw:1lCarollofDocuments+Client/7x/Corpus Chnsti/6730F10ISpecifications/15110 (FRS -90) 6730F10 d. At openings in concrete or metal decks. 2. Where dissimilar metals are being bolted, use stainless steel bolts with isolation bushings and washers. 3. Underground bolts: Low -alloy steel in accordance with AWWA C111/A21.11. C. Bronze and brass alloys: Use bronze and brass alloys with not more than 6 percent zinc and not more than 2 percent aluminum in the manufacture of valve parts; UNS Alloy C83600 or 092200 unless specified otherwise. D. Valve bodies: Cast iron in accordance with ASTM A126, Class 30 minimum or ductile iron in accordance with ASTM A536, Grade 65-45-12 minimum unless specified otherwise. 2.02 INTERIOR PROTECTIVE LINING A. When specified in the particular valve specification, provide valves with type of protective lining specified in the particular valve Specification. B. Apply protective lining to interior, non -working surfaces, except stainless steel surfaces. C. Lining types: 1. Fusion bonded epoxy: a. Manufacturers: One of the following or equal: b. 3-M Company, ScotchKote 134; certified to NSF 61 for drinking water use.Clean surfaces in accordance with SSPC SP 7 or SP 10, as recommended by epoxy manufacturer. c. Apply in accordance with manufacturer's published instructions. d. Lining thickness: 0.010 to 0.012 inches except that: 1) Lining thickness in grooves for gaskets: 0.005 inches. 2) Do not coat seat grooves in valves with bonded seat. e. Quality control: 1) Lining thickness: Measured with a non-destructive magnetic type thickness gauge. 2) Verify lining integrity with a wet sponge -testing unit operating at approximately 60 volts, or as recommended by the lining manufacturer. 3) Consider tests successful when lining thickness meets specified requirements and when no pinholes are found. 4) Correct defective lining disclosed by unsuccessful tests, and repeat test. 5) Repair pinholes with liquid epoxy recommended by manufacturer of the epoxy used for lining. 2. High solids epoxy: a. Product equivalent to high solids epoxy specified in Section 09960. 1) Certified in accordance with NSF 61 for drinking water use. 2) Interior: Coat valve interior with manufacturer's equivalent high performance high solids epoxy coating system with a certifiable performance history for the service conditions and as approved by the Engineer. Manufacturer shall provide for approval, coating information sufficient to allow Engineer to assess equivalence to the specified high solids epoxy coating specified in Section 09960. April 2016 - DRAFT 15110-3 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115110 (FRS -90) 6730F10 b. Clean surfaces to meet SP -7 or SP -10, or as recommended by coating manufacturer. c. Quality control: After coating is cured, check coated surface for porosity with a holiday detector set at 1,800 volts, or as recommended by coating manufacturer. 1) Repair holidays and other irregularities and retest coating. 2) Repeat procedure until holidays and other irregularities are corrected. 2.03 UNDERGROUND VALVES A. Provide underground valves with flanged, mechanical, or other type of joint required for the type of pipe to which the valve is to be connected. B. Coating and wrapping: 1. After installation, encase valves in 2 layers of polyethylene wrap. a. Ascertain that polyethylene wrapping does not affect operation of valve. 2.04 FIELD APPLIED COATING OF VALVE EXTERIOR A. Match color and be compatible with manufacturer's coating system and as specified in Section 09960. 1. When shop applied finish coating matches field applied coating on adjacent piping, touch up shop coating in damaged areas in accordance with instructions recommended by the paint manufacturer. 2. When shop applied coating does not match field coating on adjacent piping, or when damage has occurred to the shop applied coating that requires more than touchup, blast clean valve surfaces or utilize other surface preparation recommended by the manufacturer of the coating material and apply the coating system used for coating adjacent piping. 2.05 VALVE BOXES A. Provide cast-iron valve boxes at each buried valve to access valve and valve operators. B. Do not support boxes on valve, valve operator, or pipe. C. Boxes: 1. 2 -piece, fabricated of cast iron; provide cover, with asphalt varnish or enamel protective coating. 2. Adjustable to grade, install centered around the upper portions of the valve and valve operator. Manufacturers: One of the following or equal: 1. Tyler Pipe Industries, Inc. 2. Neenah Foundry Company. 2.06 VALVE OPERATORS A. Valve operator "Open" direction: Open counterclockwise. April 2016 - DRAFT 15110-4 pw:1lCarollofDocuments+Client/7x/Corpus Chnsti/6730F10ISpecifications/15110 (FRS -90) 6730F10 B. Provide valves located below operating level or deck with extensions for key operation or floor stands and handwheels. C. Provide manually operated valves located not more than 6 feet above the operating level with tee handles, wrenches, or handwheels. 1. Make the valve operator more conveniently accessible by rolling valves, located more than 5 feet but less than 6 feet above the operating level, toward the operating side. 2. Secure tee handles and wrenches to the valve head or stem, except where a handle or wrench so secured constitutes a hazard to personnel; in which case, stow handle or wrench immediately adjacent to the valve on or in a suitable hanger, bracket, or receptacle. D. Fit valves located more than 6 feet above operating level with chain operated handles or valve wheels. 1. Chains: Sufficient length to reach approximately 4 feet above the operating level. 2. Where chains constitute a nuisance or hazard to operating personnel, provide holdbacks or other means for keeping the chains out of the way. E. Provide an operator shaft extension from valve or valve operator to finished grade or deck level when buried valves, and other valves located below the operating deck or level, are specified or indicated on the Drawings to be key operated; provide 2 inch square AWWA operating nut, and box and cover as specified, or a cover where a box is not required. PART 3 EXECUTION 3.01 EXAMINATION A. Preparation prior to installation: 1. Install valves after the required submittal on installation has been accepted. 2. Determine after flanged valves and flanged check valves are selected, the face-to-face dimensions of flanged valves and flanged check valves. B. Fabricate piping to lengths taking into account the dimensions of flanged valves and flanged check valves. 3.02 INSTALLATION A. Provide incidental work and materials necessary for installation of valves including flange gaskets, flange bolts and nuts, valve boxes and covers, concrete bases, blocking, and protective coating. B. Where needed, furnish and install additional valves for proper operation and maintenance of equipment and plant facilities under the following circumstances: 1. Where such additional valves are required for operation and maintenance of the particular equipment furnished by Contractor. 2. Where such additional valves are required as a result of a substitution or change initiated by Contractor. April 2016 - DRAFT 15110-5 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115110 (FRS -90) 6730F10 C. Install valves with their stems in vertical position above the pipe, except as follows: 1. Butterfly valves, gate valves aboveground, globe valves, ball valves, and angle valves may be installed with their stems in the horizontal position. 2. Install buried plug valves with geared operators with their stems in a horizontal position. D. Install valves so that handles clear obstructions when the valves are operated from fully open to fully closed. E. Place top of valve boxes flush with finished grade or as otherwise indicated on the Drawings. F. Valves with threaded connections: 1. Install valves by applying wrench on end of valve nearest the joint to prevent distortion of the valve body. 2. Apply pipe joint compound or Teflon tape on external (male) threads to prevent forcing compound into valve seat area. G. Valves with flanged connections: 1. Align flanges and gasket carefully before tightening flange bolts. 2. When flanges are aligned, install bolts and hand tighten. 3. Tighten nuts opposite each other with equal tension before moving to next pair of nuts. H. Valves with soldered connections: 1. Do not overheat connection to prevent damage to resilient seats and metal seat rings. 2. Position valves in full open position before starting soldering procedure. 3. Apply heat to piping rather than to valve body. 3.03 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. B. Manufacturer services from each manufacturer for all valves supplied: 1. Provide Manufacturer's Certificate of Source Testing. 2. Provide Manufacturer's Certificate of Installation and Functionality Compliance. C. As specified elsewhere for specific valve types, sizes or actuators. 1. Source testing. 2. Manufacturers on site services for Owner Training, Installation Testing, Functional Testing, and during the Process Operational Period. END OF SECTION April 2016 - DRAFT 15110-6 pw:1lCarollofDocuments+Client/7x/Corpus Chnsti/6730F10ISpecifications/15110 (FRS -90) 6730F10 SECTION 15111 BALL VALVES PART1 GENERAL 1.01 SUMMARY A. Section includes: Metal body ball valves and plastic body ball valves. 1.02 REFERENCES A. American Society of Mechanical Engineers (ASME): 1. B16.1 - Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250. 2. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through 24. B. ASTM International (ASTM): 1. A48 - Standard Specification for Gray Iron Castings. 2. A216 - Standard Specification for Steel Castings, Carbon, Suitable for Fusion Welding, for High -Temperature Service. 3. A351 - Standard Specification for Castings, Austenitic, for Pressure -Containing Parts. 1.03 SYSTEM DESCRIPTION A. General: Unless otherwise indicated on the Drawings use: 1 Metal body ball valves on metallic pipelines. 2. Plastic body ball valves on plastic pipelines. B. Do not use metal body ball valves in sodium hypochlorite or sodium bisulfite systems. 1.04 SUBMITTALS A. As specified in Section 15110. B. Operation and maintenance manual. PART 2 PRODUCTS 2.01 FIELD APPLIED COATING OF VALVE EXTERIOR A. Match color and be compatible with manufacturer's coating system and as specified in Section 09960. 1. When shop applied finish coating matches field applied coating on adjacent piping, touch up shop coating in damaged areas in accordance with instructions recommended by the paint manufacturer. April 2016 - DRAFT 15111-1 pw:/lCarallatDocuments/Client!TX/Corpus Christi16136F10ISpecifcations/15111 (FRS -90) 6730F10 2. When shop applied coating does not match field coating on adjacent piping, or when damage has occurred to the shop applied coating that requires more than touchup, blast clean valve surfaces or utilize other surface preparation recommended by the manufacturer of the coating material and apply the coating system used for coating adjacent piping. 2.02 METAL BODY BALL VALVES, LESS THAN 6 INCH SIZE A. Manufacturers: One of the following, or equal: 1. Apollo Valves as manufactured by Conbraco Industries, Inc. 2. Metso Automation/Jamesbury. 3. NIBCO, Inc. 4. Flow -Tek, Inc. B. General: 1. Type: Non -lubricated, full port and capable of sealing in either direction. 2. End connections: a. Threaded or solder ends for sizes 3 -inch and smaller. b. Class 150 flanged for sizes larger than 3 inch. 1) Flanges: In accordance with ASME B16.1 standards. 3. Stem packing: Manually adjustable while valve is under pressure. 4. Shafts: a. Rigidly connected to the ball by a positive means. 1) Design connection to transmit torque equivalent to at least 75 percent of the torsional strength of the shaft. 5. Handles: Stainless steel latch lock handle with vinyl grip and stainless steel nut designed to open and close the valve under operating conditions. 6. Temperature limits: Suitable for operation between minus 20 and 350 degrees Fahrenheit. C. Materials: 1. Valves in copper lines: Bronze body. 2. Valves in steel and ductile iron piping: Ductile iron or cast steel body. 3. Valves in stainless steel piping: Stainless steel body, material type to match piping material as specified in Section 15052. 4. Ball: Type 304 or 316 stainless steel, Type 316 in digester gas applications. 5. Seats: PTFE. 6. Stem seals: PTFE or Viton. 7. Bearings: Self -lubricated, corrosion resistant material that will not contaminate potable water. 8. Valves for combustible fluid applications (digester gas, natural gas, fuel oil, etc.) must be of fire safe design. 2.03 PLASTIC BODY BALL VALVES A. Manufacturers: One of the following or equal: 1. Asahi America. 2. Chemtrol Division, NIBCO, Inc. 3. Plast -O -Matic Valves, Inc. 4. Georg Fisher Piping Systems. B. General: 1. Type: Non -lubricated and capable of sealing in either flow direction. April 2016 - DRAFT 15111-2 pw:1lCarollofDocuments+Client/7x/Corpus ChristU6730F10ISpecifications/15111 (FRS -90) 6730F10 2. End connections: True union; solvent or heat welded to piping. 3. Operator handle: Lever. C. Materials: 1. Body: Polyvinyl chloride (PVC). 2. Ball: Polyvinyl chloride (PVC). 3. Seats: PTFE (Teflon). 4. O -rings: EPDM, unless indicated otherwise on the Drawings. PART 3 EXECUTION 3.01 INSTALLATION A. General: Install each type of valve in accordance with manufacturers' printed instructions. B. Special techniques: 1. PVC ball valves for hypochlorite service: a. Provide valve with factory drilled 0.125 -inch hole in the upstream side of the ball. b. Provide an engraved plastic tag permanently attached to the valve stem stating "One side of ball drilled for hypochlorite service". 3.02 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. B. Manufacturer services from each manufacturer for all valves supplied: 1. As specified in Section 15110. 2. Source testing. END OF SECTION April 2016 - DRAFT 15111-3 pw:/lCarallatDocuments/Client!TX/Corpus Christi16136F10ISpecifcations/15111 (FRS -90) 6730F10 This page intentionally Tet blank SECTION 15114 CHECK VALVES PART1 GENERAL 1.01 SUMMARY A. Section includes: 1. Plastic ball check valves. 1.02 REFERENCES A. American Society of Mechanical Engineers (ASME): 1. B16.1 - Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250 2. B16.5 - Pipe Flanges and Flanged Fittings:NPS 1/2 through NPS 24 Inch Standard. B. American Water Works Association (AWWA): 1. C508 - Standard for Swing -Check Valves for Waterworks Service 2 Inch Through 24 Inch (50 -mm Through 600 -mm) NPS. C. ASTM International (ASTM): 1. A126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. A313 - Standard Specification for Stainless Steel Spring Wire. 3. A536 - Standard Specification for Ductile Iron Castings. 4. B582 - Standard Specification for Nickel-Chromium-lron-Molybdenum-Copper Alloy Plate, Sheet, and Strip. 5. B584 - Standard Specification for Copper Alloy Sand Castings for General Applications. 1.03 SYSTEM DESCRIPTION A. Design requirements: 1. Check valves: When not otherwise specified as indicated on the Drawings, provide check valves suitable for service as follows: a. In either horizontal or vertical position. b. Suitable for service working pressures up to 150 pounds per square inch gauge. 1.04 SUBMITTALS A. As specified in Section 15110. April 2016 - DRAFT 15114-1 pw:/lCarallatDocuments/Client/TX/Corpus Christi16736F101Specifcations/15114 (FRS -90) 6730F10 PART 2 PRODUCTS 2.01 PLASTIC BALL CHECK VALVES A. Manufacturers: One of the following or equal: 1. Chemtrol Division of Nibco. 2. Georg Fischer Piping Systems. 3. Plast -O -Matic Valves, Inc. B. Valves: Ball type: 1. Material: Chlorinated Polyvinyl chloride. 2. End connection: Double or single union -type. 3. Seals: Viton. C. Valve body material: 1. Chlorinated polyvinyl chloride (CPVC). D. Union connections material: 1. NPT or socket ends conforming to ASME B16.5 pipe flanges and flange fittings, class 150. E. Seats and seals material: 1. EPDM, Buna-N, or Viton. F. Maximum inlet pressure rating: 1. CPVC: 150 pound per square inch at 77 degrees Fahrenheit. PART 3 EXECUTION 3.01 INSTALLATION A. Install valves as specified in Section 15110 and the manufacturer's instructions. B. Flapper type check valves: 1. Install with proper orientation of flow direction arrow on valve body. 2. When installed in horizontal pipelines, mount with shaft on vertical locations. 3. When mounted in a vertical pipeline, directly downstream of an elbow, mount with the shaft perpendicular to the outermost portion of the elbow. 4. Mount on downstream side of discharge silencer when used on positive displacement and centrifugal blowers. 3.02 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. B. Manufacturer services from each manufacturer for all valves supplied: 1. As specified in Section 15110. 2. Source testing. END OF SECTION April 2016 - DRAFT 15114-2 pw:llCarollofDocuments+ClientITX/Corpus Christil6730F10ISpecifications/15114 (FRS -90) 6730F10 SECTION 15115 GATE, GLOBE, AND ANGLE VALVES PART1 GENERAL 1.01 SUMMARY A. Section includes: Gate, globe, angle, plug disc and plain hose valves, and yard hydrants. 1.02 REFERENCES A. American Society of Mechanical Engineers (AMSE). B. American Water Works Association (AWWA): 1. C515 - Standard for Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Services. 2. C 550 - Protective Interior Coatings for Valves and Hydrants. C. ASTM International (ASTM): 1. B98 - Standard Specification for Copper -Silicon Alloy Rod, Bar, and Shapes. 1.03 SUBMITTALS A. As specified in Section 15110. B. Interior epoxy coatings: Affidavit of compliance attesting that epoxy coatings applied to interior surfaces of valves comply in accordance with all provisions of AWWA C550. PART 2 PRODUCTS 2.01 FIELD APPLIED COATING OF VALVE EXTERIOR A. Match color and be compatible with manufacturer's coating system and as specified in Section 09960. 1. When shop applied finish coating matches field applied coating on adjacent piping, touch up shop coating in damaged areas in accordance with instructions recommended by the paint manufacturer. 2. When shop applied coating does not match field coating on adjacent piping, or when damage has occurred to the shop applied coating that requires more than touchup, blast clean valve surfaces or utilize other surface preparation recommended by the manufacturer of the coating material and apply the coating system used for coating adjacent piping. April 2016 - DRAFT 15115-1 pw:IlCarallatDocuments+Clientfl)VCorpus Christi16736F10ISpecifcations115115 (FRS -90) 6730F10 2.02 GATE VALVES A. Gate valves aboveground: 1. Valves less than 3 inches in size for clean water and air service: a. Manufacturers: One of the following or equal: 1) Crane, Figure 431. 2) Jenkins, Figure 47. 3) Lunkenheimer Company, Figure 2151. b. Design: 1) Size and configuration: Indicated on the Drawings. 2) Manufacturer's standard bronze, solid wedge disc, rising stem, screwed end, Class 150 pounds. 2. Valves 3 inches in size and larger: a. Manufacturers: One of the following or equal: 1) M&H/Kennedy Valve Company. 2) Mueller. 3) American Flow Control, Series 2500. b. Design: 1) Size, material, configuration: Indicated on the Drawings. 2) Resilient wedge type in accordance with AWWA C515. 3) Flange, iron body, and bonnet rated for 200 pound working pressure. a) Provide 0 -ring seal between valve body and bonnet. 4) Ductile or cast iron wedge encapsulated in nitrile rubber and capable of sealing in either flow direction. 5) Bronze stem with double or triple 0 -ring or braided packing stem seals. 6) Rising stem configuration with handwheel diameter sized to allow opening of valve with no more than a 40 -pound pull. 7) Coat interior and exterior surfaces of valve body and bonnet with fusion -bonded epoxy in accordance with AWWA C550. B. Gate valves underground: 1. Manufacturers: One of the following or equal: a. M&H/Kennedy Valve Company. b. Mueller Company. c. American Flow Control. 2. Design: a. Size, material, configuration: Indicated on the Drawings. b. Resilient wedge type in accordance with AWWA 0515. c. Stem: 1) Iron body, resilient seat, non -rising stem, double 0 -ring stem seal. 2) Rising stem configuration with handwheel diameter sized to allow opening of valve with no more than a 40 -pound pull. d. Ductile or cast iron wedge encapsulated in nitrile rubber and capable of sealing in either flow direction. e. Bronze stem with double or triple 0 -ring or braided packing stem seals. f. Coat interior and exterior surfaces of valve body and bonnet with fusion - bonded epoxy in accordance with AWWA C550. g. Valve operator: Provide standard AWWA 2 -inch operating nut, matching valve key, and valve box for operating stem. April 2016 - DRAFT 15115-2 pw:llCarollofDocuments/CIient/TX/Corpus Chnsti/6730F10ISpecifications/15115 (FRS -90) 6730F10 2.03 GLOBE AND ANGLE VALVES A. General purpose globe and angle valves: 1. Valves 3 inches and smaller: a. Manufacturers: One of the following or equal: 1) Except in welded steel piping: a) Crane, No. 1 Globe or No. 2 Angle. b) Lunkenheimer Company Figure No. 2140 Globe or No. 2141 Angle. 2) In Welded steel piping: a) Crane, No. 351. b) Lunkenheimer Company, Figure No. 1123; or equal with flanged ends. b. Design: 1) Size and configuration: Indicated on the Drawings. 2) Valve: Class 125 threaded ends, rated for 250 degrees Fahrenheit at pressure of 170 pounds per square inch. 2. Valves larger than 3 inches: a. Manufacturers: One of the following or equal: 1) Crane, No. 351. 2) Lunkenheimer Company, Figure No. 1123. b. Design: 1) Size and configuration: Indicated on the Drawings. 3. Plug disc globe valves: for throttling or for severe service. a. Manufacturers: One of the following or equal: 1) Crane, No. 212P or No. 384P. 2) Lunkenheimer Company, 72 -PS or 73-PS1. b. Design: 1) Size and configuration: Indicated on the Drawings. 2) Material: Iron body stainless steel trimmed plug type seat and disc. 2.04 NEEDLE VALVES A. Manufacturers: One of the following or equal: 1. Powell, Figure No. 180. 2. Lunkenheimer Company, Figure No. 906 -BS or No. 907 -BS. 3. Crane No. 88 or No. 89. B. Design: 1. Size and configuration: Indicated on the Drawings. 2.05 HOSE VALVES AND YARD HYDRANTS A. Hose valves: 1. Manufacturers: a. Globe threaded valve: One of the following or equal: 1) Crane, No. 7TF. 2) Stockham, Figure No. B22T. b. Angle threaded valve: One of the following or equal: 1) Crane, No. 17TF. 2) Stockham, Figure No. B222T. April 2016 - DRAFT 15115-3 pw:IlCarallatDocuments+Clientfl)VCorpus Christi16736F10ISpecifcations115115 (FRS -90) 6730F10 2. Design: a. Size and configuration: Indicated on the Drawings. b. Valve: Globe or angle valve with threaded ends. c. Disc: Renewable, made of Teflon or Buna-N. d. Threaded ends rated for a pressure of 200 pounds per square inch. PART 3 EXECUTION 3.01 INSTALLATION A. Install valves as specified in Section 15110 and manufacturer's instructions. B. Mount yard hydrants on minimum 1 inch supply pipe or size indicated on the Drawings. C. Mount Post hydrants on minimum 2 inch supply pipe or size indicated on the Drawings. D. Set yard and post hydrants in 4 cubic feet of 3/4 inch minimum crushed stone surrounding valve body to allow for proper drainage. 1. Install in accordance with AWWA recommendations for hydrants. 3.02 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. B. Manufacturer services from each manufacturer for all valves supplied, 1. As specified in Section 15110. 2. Source testing. END OF SECTION April 2016 - DRAFT 15115-4 pw:llCarollofDocuments/CIient/TX/Corpus Chnsti/6730F10ISpecifications/15115 (FRS -90) 6730F10 SECTION 15117 SPECIALTY VALVES PART1 GENERAL 1.01 SUMMARY A. Section includes: 1. Retractable chemical injection assemblies. 2. Backflow preventers. 3. Solenoid valves. 1.02 REFERENCES A. American Society of Civil Engineers (ASCE): 1. 25 - Earthquake -Actuated Automatic Gas Shutoff Devices. B. American Society of Mechanical Engineers (ASME): 1. B16.42 - Ductile Iron Pipe Flanges and Flanged Fittings: Classes 150 and 300. C. American Water Works Association (AWWA): 1. C511 - Standard for Reduced Pressure -Principle Backflow -Prevention Assembly. 2. C800 - Underground Service Line Valves & Fittings (Also Included: Collected Standards For Service Line Materials). D. ASTM International (ASTM): 1. A48 - Standard Specification for Gray Iron Castings. 2. A126 - Standard Specification for Gray Iron Casting for Valves, Flanges, and Pipe Fittings. 3. A276 - Standard Specification for Stainless Steel Bars and Shapes. 4. A536 - Standard Specification for Ductile Iron Castings. 5. B584 - Standard Specification for Copper Alloy Sand Castings for General Application. E. National Electrical Manufacturers Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1000 V Maximum). 1.03 DEFINITIONS A. NEMA Type 4 enclosure in accordance with NEMA 250. 1.04 SUBMITTALS A. As specified in Section 15110. B. Certificates: 1. Recertification of all new backflow preventers after installation, start-up and testing. April 2016 - DRAFT 15117-1 pw:11CarallatDocumentslCIient!TX/Carpus Christi16136F10ISpecifcations115117 (FRS -90) 6730F10 1.05 QUALITY ASSURANCE A. Manufacturer qualifications: Manufactured by manufacturers whose valves have had successful operational experience in comparable service. 1.06 DELIVERY STORAGE AND HANDLING A. Protect valves from damage during handling and installation. PART 2 PRODUCTS 2.01 RETRACTABLE CHEMICAL INJECTION ASSEMBLIES A. Manufacturer: The following or equal: 1. Saf-T-Flo, Model EB -148 -S -S -24-B-04-23 B. Assembly. 1. Full -port stainless steel ball valve. 2. Stainless steel retention chains. 3. 1 -inch stainless steel insertion tube. 4. 24 -inch insertion length (to center of pipe) 5. 45 -degree beveled injector tip. 6. 1 -inch CPVC ball check valve with EPDM seals. 7. Clear Braided Reinforced PVC 2.02 BACKFLOW PREVENTERS A. Manufacturers: One of the following or equal: 1 Watts Regulator: Series 2 -inch LF009M2-QT. 2. Febco backflow prevention: a. Equivalent model for 2 -inch. 3. ZurnMiiikins: a. Euivalent model for 2 -inch. B. Design: Reduced pressure chamber type in accordance with AWWA 0511. 0. Lead -Free: For potable water installations not more than a weighted average of 0.25 percent lead when used with respect to the wetted surfaces. D. Include shutoff valves at each end of backflow preventer with properly located test cocks. E. Shutoff valves: 1. Backflow preventers 2 -inch and smaller: Provide with full -port, quarter turn, resilient seated ball valves. 2. Backflow preventers larger than 2 -inch: Provide with resilient seated, outside stem and yoke gate valves. April 2016 - DRAFT 15117-2 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10ISpecifications115117 (FRS -90) 6730F10 2.03 SOLENOID VALVES A. 2 -way solenoid valves: 1. Manufacturers: One of the following or equal: a. Automatic Switch Company, Series 8210. b. Skinner Electric Valve Division, Series C. B. Design: 1. Valves: Suitable for service under the following conditions: a. Fluid:.Water. b. Temperature of fluid: 40 to 120 degrees Fahrenheit. c. Piping test pressure: 150 pounds per square inch gauge. 2. Unless otherwise indicated on the Drawings, provide valves that: a. Minimum NEMA Type 4 enclosure. b. 120 VAC operation. c. Suitable for use as indicated on the Drawings. d. Minimum Class F coil insulation. 3. 2 -way valves: Furnish with openings of size equal to or larger than the nominal size designation of the valve. 4. Furnish with manual/bypass operators. C. Materials: 1. Body: Brass or bronze. 2. Seats: Resilient material. PART 3 EXECUTION 3.01 INSTALLATION A. Install as specified in Section 15110 in accordance with manufacturer's published instructions. B. Install sensing line insulation as specified in Section 15082. C. Backflow preventers: 1. Install with a minimum clearance of 12 inches and with maximum clearance of 30 inches between the relief port and the floor or finished grade. 2. Install with sufficient side clearance for access for testing and maintenance. 3. Recertify all new backflow preventers after installation, start-up, and testing. D. Plastic body diaphragm valves for sodium hypochlorite service: 1. When valves are installed horizontally, install valves with valve stem position rotated as necessary such that no internal valve obstruction prevents the passage of vapors traveling along the top of adjacent piping from traveling through the valve. E. Flow control valves: 1. Install orifice in accordance with manufacturer's requirements. 3.02 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. April 2016 - DRAFT 15117-3 pw:11CarallatDocumentslCIient!TX/Carpus Christi16136F10ISpecifcations115117 (FRS -90) 6730F10 B. Manufacturer services from each manufacturer for all valves supplied, 1. As specified in Section 15110. 2. On site services. Manufacturer Rep Onsite I Training Requirements Installation Testing Functional Testing Process Operational Period Maintenance (hrs per session) Operation (hrs per session) Trips Days (each trip) Trips Days (each trip) Trips Days (each trip) 4 4 1 1 1 1 1 3. Source testing. END OF SECTION April 2016 - DRAFT 15117-4 pw:lUCarollolDocuments+ClientITX/Corpus ChristU6730F10ISpecifications115117 (FRS -90) 6730F10 SECTION 15118 PRESSURE REDUCING AND PRESSURE RELIEF VALVES PART1 GENERAL 1.01 SUMMARY A. Section includes: Pressure reducing and pressure relief valves for water, air, sludge and chemical service. 1.02 REFERENCES A. American Society of Mechanical Engineers (ASME): 1. B16.42 - Ductile Iron Pipe Flanges and Flanged Fittings: Classes 150 and 300. B. ASTM International (ASTM): 1. A48 - Standard Specification for Gray Iron Castings. 2. A536 - Standard Specification for Ductile Iron Castings. C. Underwriters Laboratories, Inc. (UL). 1.03 SUBMITTALS A. As specified in Section 15110. PART 2 PRODUCTS 2.01 WATER PRESSURE REDUCING VALVES A. Water pressure reducing valves, 2 1/2 inches and smaller: 1. Manufacturers: One of the following or equal: a. Watts Regulator, Series LF25AUB-Z3. b. Wilkins, equivalent model. 2. Direct operated, single seat type pressure reducing valve. 3. Materials: a. Body and spring cover: Bronze. b. Valve seat: Series 300 stainless steel. c. Diaphragm: EPDM. d. Disk: EPDM. 2.02 PRESSURE RELIEF VALVES FOR CHEMICAL SERVICE A. Manufacturers: One of the following or equal: 1. Plast -O -Matic, Series RVT, RVDT or TRVDT. 2. Asahi/America. 3. Georg Fischer Piping Systems. B. Materials: 1. Valve body: CPVC or PVC. April 2016 - DRAFT 15118-1 pw:IlCarallatDocuments+Client!TX/Corpus Christi18130F10ISpecifcations115118 (FRS -50) 6730F10 2. U -cup seals: EPDM. 3. Adjusting bolt, locknut, control spring and fasteners: stainless steel. C. Design: 1. Pressure rating: Not less than 150 pounds per square inch. 2. In-line or angle pattern design, size as indicated on the Drawings. 3. End connections: a. 1 inch and smaller: Threaded. b. Larger than 1 inch: Flanged. 4. Relief set point: a. Externally adjustable without removing valve from piping system. b. Set valve to open at 10 pounds per square inch more than pump discharge pressure at operating point, or as indicated on the Drawings. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with Section 15110. 3.02 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. B. Manufacturer services from each manufacturer for all valves supplied, 1. As specified in Section 15110. 2. On site services. Manufacturer Rep Onsite Training Requirements Installation Testing Functional Testing Process Operational Period Maintenance (hrs per session) Operation (hrs per session) Trips Days (each trip) Trips Days (each trip) Trips Days (each trip) 2 2 1 1 1 1 1 3. Source testing. END OF SECTION April 2016 - DRAFT 15118-2 pw:llCarollofDocuments+Client/TX/Corpus ChnstU8730F10ISpecifications/15118 (FRS -90) 6730F10 SECTION 15249 POLYVINYL CHLORIDE (PVC) PIPE: SCHEDULE TYPE PART1 GENERAL 1.01 SUMMARY A. Section includes: Schedule type PVC pipe and fittings. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. 1.02 REFERENCES A. ASTM International (ASTM): 1. D 1784 - Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. 2. D 1785 - Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and 120. 3. D 2466 - Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. 4. D 2467 - Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. 5. D 2564 - Standard Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems. 6. D 2855 - Standard Practice for Making Solvent -Cemented Joints with Poly (Vinyl Chloride)(PVC) Pipe and Fittings. 7. F 645 - Standard Guide for Selection, Design and Installation of Thermoplastic Water -Pressure Piping Systems. B. NSF International (NSF): 1. 61 - Drinking Water System Components — Health Effects. 1.03 SUBMITTALS A. Shop Drawings: 1. Describe materials, pipe, fittings, gaskets, and solvent cement. 2. Installation instructions. B. Provide Manufacturer's Certificate of Source Testing. Include as applicable: 1. Date of manufacture of tubing for each lot delivered. 2. Solvent cement manufacturer's report and certification. April 2016 - DRAFT 15249-1 pw:/lCarallatDocuments/Client!TX/Corpus Christi16136F10ISpecifcations/15249 (FRS -90) 6730F10 C. Provide Manufacturer's Certificate of Installation and Functionality Compliance. 1.04 QUALITY ASSURANCE A. Pipe in potable water applications: Provide pipe bearing NSF 61 seal. B. Mark pipe and fittings in accordance with ASTM D 1785. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect from sunlight, scoring, and distortion. B. Do not allow surface temperatures to exceed 120 degrees Fahrenheit. C. Store and handle as recommended by manufacturer in published instructions. PART 2 PRODUCTS 2.01 MATERIALS A. Extruding and molding material: Virgin material containing no scrap, regrind, or rework material except where permitted in the referenced standards. 1. Pipe: Designation PVC 1120 in accordance with ASTM D 1785 and appendices: a. Extruded from Type I, Grade 1, Class 12454-B material in accordance with ASTM D 1784. b. Schedule 80 unless otherwise indicated on the Drawings or specified in the Piping Schedule in Section 15052. 2. Fittings: In accordance with ASTM D 2467. a. Same material as the pipe and of equal or greater pressure rating. b. Supplied by pipe manufacturer. c. Unions 2-1/2 inches and smaller: 1) Use socket end screwed unions. d. Unions 3 inches and larger: 1) Use socket flanges with 1/8 -inch full -face soft neoprenegasket. 3. Solvent cement: a. In accordance with ASTM D 2564. b. Manufacturers: The following or equal: 1) IPS Corporation. c. Certified by the manufacturer for the service of the pipe. d. In potable water applications: Provide solvent cement listed by NSF for potable water applications. e. Primer: As recommended by the solvent cement manufacturer. 2.02 SOURCE QUALITY CONTROL A. Meets or exceeds all quality assurance test requirements stated in ASTM D 1785. April 2016 - DRAFT 15249-2 pw:llCarollofDocuments+Client/TX/Corpus Chnsti/6730F10ISpecifications/15249 (FRS -90) 6730F10 PART 3 EXECUTION 3.01 INSTALLATION A. Install piping in accordance with ASTM F 645, or manufacturer's published instructions for installation of piping, as applicable. E. Provide molded transition fittings for transitions from plastic to metal pipe. 1. Do not thread pipe. C. Locate unions where indicated on the Drawings, and elsewhere where required for adequate access and assembly of the piping system. D. Provide serrated nipples for transition from pipe to rubber hose. E. Solvent weld joints in accordance with ASTM D 2855. 3.02 FIELD QUALITY CONTROL A. Test pipe as specified in Section 15052 and Section 15956. 3.03 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. D. Manufacturer services: 1. Provide Manufacturer's Certificate of Source Testing. 2. Provide Manufacturer's Certificate of Installation and Functionality Compliance. END OF SECTION April 2016 - DRAFT 15249-3 pw:/lCarallatDocuments/Client!TX/Corpus Christi16136F10ISpecifcations/15249 (FRS -90) 6730F10 Manufacturer Rep Onsite Source Testing (Witnessed or Non -witnessed) Training Requirements Functional Testing Process Operational Period Maintenance (hrs per session) Operation (hrs per session) Trips Days (each trip) Trips Days (each trip) Trips Days (each trip) Non -witnessed Not required Not required Not required Not required END OF SECTION April 2016 - DRAFT 15249-3 pw:/lCarallatDocuments/Client!TX/Corpus Christi16136F10ISpecifcations/15249 (FRS -90) 6730F10 This page intentionally left blank SECTION 15270 STEEL PIPE: GALVANIZED AND BLACK, ASTM A 53 PART1 GENERAL 1.01 SUMMARY A. Section includes: Steel pipe: Galvanized and black, ASTM A 53. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. 1.02 REFERENCES A. American Society of Mechanical Engineers (ASME): 1. B16.3 - Malleable -Iron Threaded Fittings: Classes 150 and 300. 2. B16.5 - Pipe Flanges and Flanged Fittings. 3. B16.9 - Factory -Made Wrought Buttwelding Fittings. 4. B16.11 — Forged Fittings, Socket -Welding and Threaded. B. American Water Works Association (AWWA): 1. C200 — Steel Water Pipe- 6 Inches and Larger. 2. C203 - Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape -Hot Applied. 3. C205 - Standard for Cement -Mortar Protective Lining and Coating for Steel Water Pipe -4 Inches and Larger -Shop Applied. 4. C206 - Field Welding of Steel Water Pipe. 5. C207 - Standard for Steel Pipe Flanges for Waterworks Service -Sizes 4 inches Through 144 inches. 6. C602 - Standard for Cement -Mortar Lining of Water Pipelines in Place - 4 inches and Larger. 7. C606 - Standard for Grooved and Shouldered Joints. C. ASTM International (ASTM): 1. A 47 - Standard Specification for Ferritic Malleable Iron Casting. 2. A 53 - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc - Coated, Welded and Seamless. 3. A 105 - Standard Specification for Carbon Steel Forgings for Piping Applications. 4. A 153 - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 5. A 183 - Standard Specification for Carbon Steel Track Bolts and Nuts. April 2016 - DRAFT 15270-1 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115270 (FRS -90) 6730F10 6. A 536 - Standard Specification for Ductile Iron Castings. 7. C 150 - Standard Specification for Portland Cement. 8. D 2000 - Standard Classification System for Rubber Products in Automotive Applications. 1.03 SUBMITTALS A. Shop Drawings, as appropriate include: 1. Details of fittings and specials showing thickness and dimensions of plates. 2. Detail of welds and materials. 3. Listing of proposed services and locations for use of grooved joint type piping. 4. Tabulated layout schedules for cement -mortar lined and coated steel pipe. 5. Grooved joint piping fittings, gaskets, couplings. 6. Grooving of pipe and fittings. 7. Pipe lining and coating. B. Provide Manufacturer's Certificate of Source Testing as specified in Section 01756. Include: 1. Mill certificates. 2. Test reports on gaskets. Provide Manufacturer's Certificate of Installation and Functionality Compliance. PART 2 PRODUCTS 2.01 MATERIALS A. Portland cement: In accordance with ASTM C 150, Type 11, low alkali. 2.02 MANUFACTURED UNITS A. Steel pipe: 1. General: a. In accordance with ASTM A 53. 1) Type: Type E - electric -resistance welded or Type S - seamless. 2) Grade: Grade A or B. b. Schedule: 1) As indicated on the Drawings or as specified in Section 15052 pipe schedule. 2) Minimum Schedule unless otherwise indicated on the Drawings or as specified in Section 15052 pipe schedule. a) Pipe 6 inches and smaller: Schedule 40. b) Pipe greater than 6 inch to 12 inch: Schedule 20. c) Pipe greater than 12 -inch: 0.25 inches. B. Pipe fittings: 1. Flanged and welding fittings: a. Butt -welding fittings in accordance with ASME B16.9. Schedule of fittings: same class or thickness as the pipe to which it connects. April 2016 - DRAFT 15270-2 pw:llCarollofDocuments+Client/TX/Corpus ChnstU6730F10/Specifications/15270 (FRS -90) 6730F10 2. Screwed fittings: a. Malleable iron: 1) Class 150 or Class 300in accordance with ASME B16.3, as specified in Section 15052 pipe schedule. 2) Galvanized in accordance with ASTM A 153 where used with galvanized pipe. 3. Grooved joint fittings: a. Fittings for grooved joint steel piping: Rigid -grooved type. b. Fittings for grooved joint piping: 1) Manufacturers: One of the following or equal: a) Victaulic Company of America. b) Grinnell. c) Anvil. 2) Ductile iron fittings: a) Larger than 4 inches in diameter: In accordance with ASTM A 536, Grade 65-45-12, long radius, per AWWA C110. b) Less than 4 inches in diameter: Malleable iron conforming to ASTM A 47, Grade 32510. 3) Where cast fittings are not made, forged steel in accordance with ASME B 16.9, ASTM A 105, Grade B with 0.375 inch minimum wall thickness. a) Bends: Long radius. 4) Fittings for grooved joint piping shall be furnished by the manufacturer of the grooved joint coupling. 5) Fittings for grooved joint piping shall be for rigid -grooved type joints. Connection to flanged units shall be by means of a spool with one end flanged and the other grooved, long enough to prevent interference with adjacent valves, pumps, or other items, minimum length, 4 inches. C. Pipe joints: 1. General: a. Use type of pipe joints as indicated on the Drawings oras specified in Section 15052 pipe schedule. b. In addition to the type of pipe joints indicated on the Drawings oras specified in Section 15052 pipe schedule, use flexible couplings, unions or flanged joints to allow ready assembly and disassembly of the piping. 2. Flanged joints: a. In accordance with ASME B16.5, steel, 150 pounds, slip-on or weld neck, galvanized in accordance with ASTM A 153 where used with galvanized pipe. b. Companion flanges: 1) In accordance with ASME B16.5, steel. 2) Class 150 pounds, slip-on or welding neck. c. Weld flanges to pipe or fittings before applying lining. d. Machine flanges or provide tapered filler for changes in grade or to slope lines for drainage. e. Match pipe flanges to the valve flanges. f. Flange bolts: As specified in Section 15052. g. Gaskets: As specified in Section 15052. 3. Grooved joints: a. Grooves: Cut grooves. Rolled grooves are not acceptable. April 2016 - DRAFT 15270-3 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115270 (FRS -90) 6730F10 b. Couplings housing: Cast in 2 or more segments of ductile iron in accordance with ASTM A 536, Grade 65-45-12 or malleable iron in accordance with ASTM A 47, Grade 32510. c. Bolts and nuts: In accordance with ASTM A 183, Grade 2. d. Gaskets: Composition water sealing designed so that the internal piping pressure serves to increase the seal's watertightness. 1) Gaskets for water service and oil -free air systems at temperatures less than 230 degrees Fahrenheit shall be made of ethylene propylene diene monomers (EPDM) in accordance with ASTM D 2000 Line Call Out 2CA615A25B24. e. Perform grooving of the pipe wall only on standard or heavier schedule weight pipe. 1) For pipe with wall thickness less than standard weight, weld a shouldered end on the pipe in accordance with AWWA C606. 2) Shoulder: Type B or D in accordance with AWWA 0606. f. Couplings and grooving: Manufacturers: One of the following or equal: 1) Victaulic Company of America. 2) Grinnell. 3) Anvil. g. Grooved joint piping shall not be used in the following installations: 1) In underground and underwater installations. 2) In piping subject to test pressures of 150 pounds per square inch gauge, or more. 3) In steam and gas piping. 4) In sludge and scum piping designed to be steam cleaned. 4. Welded joints: Butt welds, 2 pass, full depth with beveled ends and no backing rings. D. Pipe lining and coating: 1. General: a. Lining and coating shall be as indicated on the Drawings or as specified in Section 15052 pipe schedule. 2. Pipe coating: a. Extend pipe coating for underground piping 6 inches above finish grade or finish floor, and neatly terminate. b. Field paint aboveground steel pipe as specified in Execution of this Section. c. Coat exposed piping as specified in Section 09960. d. Coat submerged piping as specified in Section 15052 pipe schedule and Section 09960. e. Cement -mortar coating: 1) Cement -mortar coating: In accordance with AWWA C205, modified as follows: a) Sand: In accordance with AWWA C205 except that the total percentage of deleterious material shall not exceed 3 percent. 3. Pipe lining: a. Cement -mortar lining: 1) Shop apply cement -mortar lining in accordance with AWWA C205. At the option of Contractor, field apply with a pipe lining machine. b. Coal -tar enamel lining: 1) Coal -tar enamel lining for interior of steel pipe: In accordance with AWWA C203. April 2016 - DRAFT 15270-4 pw:llCarollofDocuments+Client/TX/Corpus ChnstU6730F10/Specifications/15270 (FRS -90) 6730F10 c. Coal -tar epoxy lining: 1) Coal -tar epoxy lining: Epoxy bituminous coating as specified for submerged metal in Section 09960. d. Fusion epoxy: 1) Fusion bonded epoxy as specified for submerged metal or exposed metal in Section 15057. e. High solids epoxy: 1) High solids epoxy as specified for submerged metal or exposed metal in Section 09960. f. Polyurethane lining: 1) Polyurethane as specified for submerged metal in Section 09960. 2.03 FABRICATION A. Shop coat of primer: 1. Flanges and portions of pipe not covered with cement -mortar shall be given a shop coating of primer. 2. Primer compatible with finish coating system. PART 3 EXECUTION 3.01 INSTALLATION A. Pipe joints: 1. General: a. Steel pipe joints shall be screwed, welded, flanged, grooved, or made with flexible joints. The type of joint for piping is as specified in Section 15052 pipe schedule or as indicated on the Drawings. b. In addition to the joints indicated on the Drawings, provide unions, flexible couplings, flanged joints, and other types of joints or means necessary to allow ready assembly and disassembly of the piping. c. Unless otherwise indicated on the Drawings or as specified in Section 15052 pipe schedule, pipe joints shall be as follows: 1) Pipe smaller than 2 inches in nominal diameter shall have screwed joints, welded joints, unions, or flexible couplings. 2) Pipe 2 inches to 4 inches in nominal diameter shall have screwed joints, flanged joints, welded joints, or joints made with flexible couplings. 3) Pipe larger than 4 inches in nominal diameter shall have flanged joints, welded joints, or joints made with flexible couplings. 2. Flanged joints: a. Flanges shall come together at the proper orientation with no air gaps between the flanges after the gaskets are in place. b. Secure welding neck flanges with full penetration butt welds without backing rings. c. Secure slip-on flanges with both internal and external welds. d. After welding in place, the faces of flanges shall be perpendicular to the axis of the pipe, or, in the case of fittings, at the proper angle to each other, and bolt holes shall be in proper alignment. 3. Grooved joints: a. Assemble in accordance with manufacturer's published instructions. April 2016 - DRAFT 15270-5 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115270 (FRS -9O) 6730F10 b. Support grooved joint pipe in accordance with manufacturer's recommendations. In addition, provide at least 1 support between consecutive couplings. 4. Screwed joints: a. Perform threading with clean, sharp dies. 1) Wavy, rough, or otherwise defective pipe threads are not acceptable. b. Make screwed joints tight and clean with an application of Teflon tape or paste compound applied to the male threads only, except as follows: 1) Make up liquid and liquefied petroleum gas lines, with litharge and glycerin. c. Provide railroad type unions with bronze -to -iron seat. Galvanized where used with galvanized pipe. 1) Flanged joints may be used instead of unions. 5. Welded joints: a. Field welded joints: Electric arc welded in accordance with AWWA C206. b. Welder's qualification: Qualified in accordance with AWWA C206. 1) Welders' testing shall be at the Contractor's expense, including cost of test nipples, welding rods, and equipment. c. Do not weld galvanized pipe. B. Pipe lining and coating: 1. Pipe lining: a. Field applied cement -mortar lining shall be of the same density, smoothness, and thickness as shop applied lining, and in accordance with AWWA C602. 2. Pipe Coating: a. Plastic tape wrap application: 1) Wrap fittings, valves, and other odd shaped components in the pipeline with first and finish wrapping over the prime coat. 2) Wrap joints, fittings, valves, and other irregular shapes of piping with extruded coatings with tape as specified in this subparagraph. b. Field coat aboveground steel pipe as specified in Section 09960. 3.02 FIELD QUALITY CONTROL A. Field test fabricated steel manifolds with the pipe to which they connect. 3.03 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. B. Manufacturer services: 1. Provide Manufacturer's Certificate of Source Testing. 2. Provide Manufacturer's Certificate of Installation and Functionality Compliance. April 2016 - DRAFT 15270-6 pw:llCarollofDocuments+Client/TX/Corpus ChnstU6730F10/Specifications/15270 (FRS -90) 6730F10 END OF SECTION April 2016 - DRAFT 15270-7 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115270 (FRS -9O) 6730F10 Manufacturer Rep Onsite Source Testing (witnessed or Non witnessed) Training Requirements Installation Testing Functional Testing Process Operational Period Maintenance (hrs per session) Operation (hrs per session) Trips Days (each trip) Trips Days (each trip) Trips Days (each trip) Non -witnessed Not required Not required Not required Not required END OF SECTION April 2016 - DRAFT 15270-7 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115270 (FRS -9O) 6730F10 This page intentionally left blank SECTION 15430 EMERGENCY EYE/FACE WASH AND SHOWER EQUIPMENT PART1 GENERAL 1.01 SUMMARY A. Section includes: Emergency shower and eyewash. 1.02 REFERENCES A. American National Standards Institute (ANSI): 1. Z358.1 - Emergency Eyewash and Shower Equipment. 1.03 DEFINITIONS A. NEMA: 1. Type 4 enclosure in accordance with NEMA 250. 1.04 SUBMITTALS A. Provide Manufacturer's Certificate of Source Testing. B. Provide Manufacturer's Certificate of Installation and Functionality Compliance. C. Shop drawings. D. Product Data: 1. Submit manufacturer's product literature information for products specified. 2. Manufacturer's Installation Instructions. E. Operation and Maintenance Data. 1.05 QUALITY ASSURANCE A. Manufacturer qualifications: Show evidence that the firm has been engaged in producing such materials and products for at least 5 years and that the product submitted has a satisfactory performance record of at least 5 years. B. Installer qualifications: Installer shall have 3 years experience in installing these materials for similar projects and shall be approved by the manufacturer prior to bidding of the project. C. Regulatory requirements: 1. As applicable, equipment of this Section shall comply with requirements of public agencies of the State of Texas, and OSHA. 1.06 DELIVERY, STORAGE, AND HANDLING A. Packing and shipping: Deliver to the job site in manufacturer's original containers. April 2016 - DRAFT 15430-1 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115430 (FRS -90) 6730F10 B. Delivery: After wet operations in building are completed. C. Storage and protection: 1. Store materials in original, unopened containers in compliance with manufacturer's printed instructions. 2. Keep materials dry until ready for use. 3. Keep packages of material off the ground, under cover, and away from sweating walls and other damp surfaces. 4. Protect finished surfaces from soiling and damage during handling and installation. Keep covered with a protective covering. PART 2 PRODUCTS 2.01 EMERGENCY SHOWERS AND EYE/FACE WASHES A. General design requirements: 1. Combination unit emergency shower with eye/face wash: a. Floor mounted fixture consisting of pipe standard, showerhead assembly, and eyewash assembly. b. Provide stanchion and floor flange, with interconnecting piping.Provide shower/eyewash unit with integral controls to alarm the system is in use. 1) Flow switch: a) Construction: (1) NEMAType4. (2) Brass or Type 316 Stainless Steel. b) Type: Magnetic proximity switch. c) Alarm Contacts: Double pole, double throw contacts rated at 2.0 Amps at 120VAC configurable for either Normally Open or Normally Closed. 2) Control panel: a) Construction: (1) NEMAType4. (2) Cast aluminum or steel Box with 3 conduit hubs. (3) Stainless steel cover plate. b) Silence/On — Off switch: (1) NEMAType4. (2) Maintain position, black, with nameplate. (3) 1 set of auxiliary contacts. c) Power: 0.6 Amps at 120VAC.] 3) Strobe: a) Construction: (1) NEMAType4. (2) 120VAC, AMBER Flashing LED.] 4) Horn: a) Construction: 5) NEMA Type 4. 6) 90dB at 10 feet Audible alarm. 2. Showerhead flow: 20.0 gallons per minute flow, minimum. 3. Eye/face wash flow: 3.0 gallons per minute flow, minimum. 4. Meet or exceed all requirements of ANSI 2358.1. 5. Provide ANSI compliant identification sign and markings. April 2016 - DRAFT 15430-2 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/15430 (FRS -N) 6730F10 B. Combination unit emergency shower and eye/face wash: 1. Manufacturers: One of the following or equal: a. Haws, Model No. 8309. b. Guardian Equipment, Model No. G1950HFC. c. Bradley, Model No. S19-310AC. 2. Pipe standard: a. 1-1/4 inch hot -dip galvanized steel pipe, and fittings with interconnecting piping, stanchion, and 9 -inch diameter floor flange. b. Corrosion protection: Provide Haws "-CRP" or Guardian Equipment "-GC" epoxy protective coating in corrosive environments. 3. Shower head: a. Material and size: ABS plastic, 10 -inch diameter with 20 GPM flow control. b. Valve and actuator: Stay open chrome plated brass ball valve equipped with stainless steel ball and stem operated by a rigid stainless steel pull rod. 4. Eyefface wash receptor: a. Valve and actuator: Stay open chrome plated brass ball valve with stainless steel ball and stem operated by a stainless steel or epoxy coated aluminum push handle and foot treadle. b. Spray head(s): ABS plastic or polypropylene eyefface wash type heads, with integral flip top protective dust covers releasing with water pressure. c. Receptor bowl: Stainless steel; 11 inches diameter. 5. Supply: 1-1/4 inch Industrial Piping Systems (IPS). 6. Waste: 1-1/4 inch IPS. C. PVC combination unit emergency shower and eye/face wash: 1. Manufacturers: One of the following or equal: a. HAWS, Model No. 8336. b. Guardian Equipment, Model No. G1990. c. Bradley, Model No. S19-310PVC. 2. Pipe standard: 2 inch Schedule 80 PVC pipe and fittings, with stainless steel rod providing additional support overhead; 2-1/2 inch diameter floor flange. 3. Shower head: a. Material and size: ABS plastic, 10 -inch diameter with 20 GPM flow control. b. Valve and actuator: Type 316 stainless steel stay open steel ball valve actuated by rigid stainless steel pull rod. 4. Eyefface wash: a. Valve and actuator: Stay open Type 316 stainless steel ball valve with stainless steel ball operated by stainless steel push handle. b. Head(s): ABS plastic or polypropylene soft -flow eye/face wash type heads, with integral flip top protective dust covers releasing with water pressure. c. Receptor bowl: ABS plastic. D. Stainless steel combination unit emergency shower and eye/face wash: 1. Manufacturers: One of the following or equal: a. HAWS, Model No. 8330. b. Guardian Equipment, Model No. G1996. c. Bradley, Model No. S19-310SSJP. 2. Pipe standard: 1-1/4 inch stainless steel pipe and fittings, with stainless steel rod providing additional support overhead; 5 inch diameter floor flange. April 2016 - DRAFT 15430-3 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115430 (FRS -50) 6730F10 3. Shower head: a. Material and size: Stainless steel, 10 -inch diameter with 20 GPM flow control. b. Valve and actuator: Stay open Type 316 stainless steel ball valve actuated by rigid stainless steel pull rod. 4. Eye/face wash: a. Valve and actuator: Stay open Type 316 stainless steel ball valve with stainless steel ball operated by stainless steel push handle and foot treadle. b. Heads: Twin ABS plastic, polypropylene or stainless steel soft -flow eye/face wash type heads, with integral protective dust covers. 5. Receptor bowl: Stainless steel. E. Freeze resistant combination unit emergency shower and eye/face wash: 1. Manufacturers: One of the following or equal: a. HAWS, Model No. 8317CTFP. b. Guardian Equipment, Model No. GFR3100. c. Bradley, Model No. S19 -300T. 2. Pipe standard: a. 1-1/4 inch galvanized steel pipe and fittings, wrapped with self-regulating heat cable. b. Encase piping and fittings in UV resistant ABS plastic jacket with internal foam insulation; 5 inch diameter floor flange. 3. Shower head: a. Material and size: ABS plastic, 10 -inch diameter with 20 GPM flow control. b. Valve and actuator: Chrome plated brass stay open steel ball valve actuated by rigid stainless steel pull rod. 4. Eye/face wash: a. Valve and actuator: Stay open chrome plated brass ball valve with stainless steel ball and stem operated by a stainless steel or epoxy coated aluminum push handle. b. Heads: Twin ABS plastic or polypropylene soft -flow eye/face wash type heads, with integral flip top protective dust covers releasing with water pressure. F. Safety shower tester: 1. Manufacturers: One of the following or equal: a. Haws, Model No. 9010 with No. 9009. b. Guardian Equipment, Model No. AP250-005. c. Bradley, Model No. S19-330ST. 2. Kit includes: a. Minimum 5 gallon plastic bucket. b. 7 foot long watertight 12 -gallon translucent vinyl plastic bag for attaching over drench showerhead. 1) Bag shall have drawstring at top and be hemmed at bottom. c. Testing record card. April 2016 - DRAFT 15430-4 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/15430 (FRS -90) 6730F10 PART 3 EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturers' recommendations. B. Install products in accordance with code requirements and ANSI Z358.1. C. Install fixed equipment in accordance with manufacturer's instructions. D. Plumbing and mechanical work as specified in Section 15050. E. Electrical connections and distribution as detailed. 3.02 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. B. Manufacturers services from each Manufacturer: 1. Provide Manufacturer's Certificate of Source Testing. 2. Provide Manufacturer's Certificate of Installation and Functionality Compliance. 3. On site services. Manufacturer Rep Onsite Training Requirements Installation Testing Functional Testing Process Operational Period Maintenance (hrs per session) Operation (hrs per session) Trips Days (each trip) Trips Days (each trip) Trips Days (each trip) 4 2 1 2 1 1 Not required END OF SECTION April 2016 - DRAFT 15430-5 pw:IlCarallatDocuments+Client!TX/Corpus Christi16136F10ISpecifcations115430 (FRS -50) 6730F10 This page intentionally Tet blank SECTION 15830 FANS PART1 GENERAL 1.01 SUMMARY A. Section includes: Fans, including: 1. Type 4 - Sidewall propeller fans. 1.02 REFERENCES A. American Bearing Manufacturers Association (ABMA): 1. 9, Load Ratings and Fatigue Life for Ball Bearings. 2. 11, Load Ratings and Fatigue Life for Roller Bearings. B. Air Movement and Control Association International, Inc. (AMCA): 1. 210, Laboratory Methods of Testing Fans for Certified Aerodynamic Performance Rating. 2. 211, Certified Rating Program- Product Rating Manual for Fan Air Performance. 3. 300, Reverberant Room Method for Sound Testing of Fan. 4. 301, Methods for Calculating Fan Sound Ratings from Laboratory Test Data. C. American Society of Heating, Refrigerating, and Air -Conditioning Engineers (ASHRAE): 1. 52.2 - Method of Testing General Ventilation Air -Cleaning Devices for Removal Efficiency by Particle Size. 2. 68 - Laboratory Methods of Testing to Determine Sound Power in a Duct. D. ASTM International (ASTM): 1. A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold -Finished. 2. D4167 - Standard Specification for Fiber Reinforced Plastic Fans and Blowers. 3. E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. E. National Electrical Code (NEC). F. National Electrical Manufacturers Association (NEMA): 1. 250 — Enclosures for Electrical Equipment (1000 V Maximum). G. National Fire Protection Association (NFPA): 1. 90A - Standard for Installation of Air Conditioning and Ventilating Systems. 2. 820 - Standard for Fire Protection in Wastewater Treatment and Collection Facilities. H. National Roofing Contractors Association (NBCA). I. Occupational Safety and Health Administration (OSHA). April 2016 - DRAFT 15830-1 pw:IlCarallatDocuments+Client/TX/Corpus Christi16136F10/Specifcatians/15830 (FRS -9O) 6730F10 J. Underwriters' Laboratories, Inc. (UL). 1.03 DEFINITIONS A. As used in this Section and on the drawings, abbreviations and Fan Schedule headings have the following meaning: 1. SF or SPF: Supply Fan. 2. EF or EXF: Exhaust Fan. 3. Type: Fan type as specified in this Section. 4. SP or ESP: Fan External Static Pressure in inches water column 5. Size: Nominal fan blade or wheel diameter in inches. 6. Hp: Fan motor horsepower. 7. VIPh: Fan motor voltage and power phases. B. NEMA: 1. Type 1 enclosure in accordance with NEMA 250. 2. Type 3R enclosure in accordance with NEMA 250. 1.04 SYSTEM DESCRIPTION A. Design requirements: 1. Provide fans that have sharply rising pressure characteristics which extend throughout the operating range and continue to rise beyond the efficiency peak. 2. Provide fans that peak as close as possible to the maximum efficiency and whose operating range is within the normal fan selection range. 3. When scheduled, provide guided vibration isolator for fans, so that not more than 10 percent of the vibration amplitude of the fan and motor is transmitted to the supporting structure. 4. Design fan inner scroll and air stream surfaces to maintain smoothness for entire fan service life. 5. Wind supports for exterior units: Wind design criteria as listed. 6. Electrical components: UL listed and meeting the design and installation requirements of the NEC. 7. Applicable portions as specified in Section 15050. 8. Motors supplied with fans: TEFC, IEEE 841 Compliant, NEMA premium efficiency, Class F insulation, Class B temperature rise, 1.15 service factor; provide motor voltage phases and speed as scheduled; non -overloading on any point of the fan curve including belt losses. 9. Roof curbs: Designed in accordance with NRCA standards. 10. Insulation and adhesives: Meet NFPA 90A requirements for flame spread and smoke generation. 11. Belt drive systems: Adjustable for minimum within 5 percent speed change, rated for 1.5 times maximum horsepower motor available for the scheduled fan size or model. 12. Screens: Provide bird or insect screen as specified with the fan type or as listed on the Fan Schedule: a. Bird screen: Stainless steel; 0.5 -inch mesh 18 gauge. b. Insect screen: Stainless steel mesh and frame. 13. Finishes: When not specified with fan type, coat ferrous metals as specified in Section 09960. 14. Accessories: Provide accessories specified and those scheduled. April 2016 - DRAFT 15830-2 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/15830 (FRS -90) 6730F10 15. Provide fans with fire/smoke control system as specified under paragraph Fire/Smoke Control System Design Requirements. B. Performance requirements: 1. Performance requirements are included in the Fan Schedule located at the end of this Section. 2. Fan performance: Rated and licensed to bear the AMCA label in accordance with AMCA 210 and AMCA 211. 3. Total sound power levels in the 8 octave band range as measured in accordance with ASHRAE 68, AMCA 301, or AMCA 300 as appropriate for each fan: Not to exceed the lesser of the following or the Sones levels on the Fan Schedule. Sound Power Level, decibel levels referenced to 10-12 watts Frequency, Hz 63 125 250 500 1,000 2,000 4,000 8,000 General 100 98 94 88 84 84 78 75 4. Air filters supplied with fans: 25 to 30 percent dust spot efficiency when rated per ASHRAE Testing Standard 52.2. 5. Bearings: Rated per ABMA 9 or 11 for a L10 life rating of not less than 50,000 hours; provide greater life when specified with each fan type. C. Electrical and control system design: 1. Design and supply necessary electrical power and control systems, components, and wiring to make a complete functioning system. Design to provide continuous push-pull ventilation. Interlock operation of supply and exhaust fans. 1.05 SUBMITTALS A. Product data: 1. Materials. 2. Primary and ancillary equipment. 3. Sound Power Level in each of 8 octave bands and overall Sones. 4. Fan system layout, mechanical, electrical power, and control diagrams. 5. Supports, vibration isolators, and seismic bracing calculations and details. 6. Calculated fan vibration levels and field-testing method. 7. Bearing life. 8. Fan performance curves showing specified operating condition. B. Provide vendor operation and maintenance manual. 1. Furnish bound sets of installation, operation, and maintenance instructions for each type fan. C. Provide Manufacturer's Certificate of Source Testing. 1.06 QUALITY ASSURANCE A. Provide fans: 1. Listed by UL. 2. Rated in accordance with AMCA. April 2016 - DRAFT 15830-3 pw:IlCarallatDocuments+Client/TX/Corpus Christi16136F10/Specifcatians/15830 (FRS -@O) 6730F10 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver units in 1 piece, factory assembled, internally wired, and lubricated. B. Protect equipment from dust and atmospheric exposure as recommended by the unit manufacturer. 1. As a minimum provide temporary closures for equipment openings designed for airflow. 1.08 EXTRA MATERIALS A. Provide 2 extra sets (3 sets total) of filters per installed fan for fans specified with filters. B. Provide 1 extra set of belts per installed fan for fans specified with belt drives. PART 2 PRODUCTS 2.01 TYPE 4, SIDEWALL PROPELLER FANS A. Manufacturers: One of the following or equal: 1 Greenheck, Model S1 -12-432-G. 2. Loren Cook, similar model. 3. Penn Ventilator, similar model. B. Type: Wall -mounted, low noise propeller type, packaged unit. 1. Fan: Statically and dynamically balanced propeller with aluminum blades, unless noted otherwise. 2. Motor: Permanently lubricated; selected to avoid running in the service factor. 3. Drive: Direct drive. C. Accessories: 1. Motor and fan side OSHA guards. 2. Wall mount collar when necessary for installation as indicated on the Drawings. 3. Dampers with damper guards when damper scheduled. 4. Weather hood when scheduled. 5. Bird screen: Provide bird screen if no screen is listed on the Fan Schedule. 6. Finish: Coat fan, housing, and accessories with polyester finish. 7. Diffusers and louvers when scheduled. 8. Mounting hardware. 2.02 SOURCE QUALITY CONTROL A. Factory test fans listed on the Fan Schedule for proper operation, performance, and electrical controls. April 2016 - DRAFT 15830-4 pw:llCarollofDocuments+ClientITX/Corpus ChristU6730F10/Specifications/15830 (FRS -90) 6730F10 PART 3 EXECUTION 3.01 EXAMINATION A. Examine and verify that Work is in condition to receive installation specified in this Section. B. Take measurements and verify dimensions to ascertain fit of installation. C. Ascertain support and openings are correctly located. 3.02 PREPARATION A. Before installation, remove dust and debris from equipment and ducts. B. During installation and until equipment is operated, protect equipment and ducts from dust and debris by covering openings with tape or plastic. 3.03 INSTALLATION A. Observe applicable installation requirements as specified in Section 15050. B. Anchoring and support: 1. Provide anchoring and support for fans and appurtenances. 2. Provide anchoring to sustain seismic and wind forces as required. C. Adjust alignment of ducts where necessary to resolve conflicts with architectural features or to resolve conflicts with the work of other trades. D. Install and wire unit fans and controls in accordance with manufacturer's recommendations. E. Install flexible connections to fans. F. Install roof curb and fan as recommended by fan manufacturer. G. For fan housings with threaded water trap drain, provide drain piped from fan housing to the nearest drain channel, floor drain, or sump. 3.04 FIELD QUALITY CONTROL A. Test equipment and installation to verify tightness, operation, and unit vibration is within manufacturer's submitted maximum. B. Test equipment performance and balance equipment as required. 3.05 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. B. Manufacturer (each) services for each type of fan. 1. Provide Manufacturer's Certificate of Source Testing. April 2016 - DRAFT 15830-5 pw:IlCarallatDocuments+Client/TX/Corpus Christi16136F10/Specifcatians/15830 (FRS -90) 6730F10 3.06 SCHEDULES A. Fan Schedule: April 2016 - DRAFT 15830-6 pw:.UCarollolDocuments+ClientITX/Corpus ChristU6730F10/Specifications/15834 (FRS -90) 6730F10 Manufacturer Rep Onsite Source Testing (Witnessed or Non -witnessed) Training Requirements Installation Testing Functional Testing Process Operational Period Maintenance (hrs per session) Operation (hrs per session) Trips Days (each trip) Trips Days (each trip) Trips Days (each trip) Non -Witnessed Not Required Not Required Not Required Not Required 3.06 SCHEDULES A. Fan Schedule: April 2016 - DRAFT 15830-6 pw:.UCarollolDocuments+ClientITX/Corpus ChristU6730F10/Specifications/15834 (FRS -90) 6730F10 Equip. No. Location Fan Motor Additional Requirements (See listed Notes) Type Drive Min. CFM Min. ESP" Max. RPM Fan Diam. Noise Sones Hp V/ Ph. Max. RPM FAN -E HFS Pump 4 Direct 720 0.3 1350 12 s= 6 1/12 115/1 1350 2, 4, 8, 12, 16, 19 Building FAN -S HFS Pump 4 Direct 720 0.3 1350 12 <= 6 1/12 115/1 1350 2, 4, 8, 12, 16, 19 Building Notes 1. Provide bird screen. 14. Provide 120 volt, line voltage thermostat Type 2 as specified in Section 15936. 2. Provide insect screen. 15. Provide 24 volt, low voltage thermostat type T-5 as specified in Section 15936. 3. Provide backdraft damper, counterbalanced for minimum 16. Interlock fan with motorized louver dampers, other fans, or equipment as pressure loss. indicated on the Drawings. 4. Provide exterior weather hood. 17. Provide replaceable filters. 5. Provide adjustable belt sheaves. 18. Provide motorized backdraft damper. 6. Provide vibration isolators. 19. Provide exterior weather louver, Type L-1. 7. Provide manufacturer std. motor enclosure. 20. Provide fiberglass canopy hood, size as indicated on the Drawings. 8. Provide TEFC motor enclosure and wiring suitable for 21. Fan selection based on existing opening; field verify opening size and select Class I, Div. 2 locations. maximum sized, slowest rpm fan to fit opening and meet performance 9. Provide explosion proof motor and wiring suitable for Class conditions. I, Div. 1 locations. 22. Provide fire/smoke control system for all fans greater than 2,000 cfm. 10. Provide variable frequency drive speed controller as specified in this Section. 11. Provide SCR speed controller as specified in this Section. 12. Provide exterior disconnect switch at fan, NEMA Type 3R. 13. Provide NEMA Type 1 disconnect switch at fan inside housing. END OF SECTION This page intentionally left blank SECTION 15956 PIPING SYSTEMS TESTING PART1 GENERAL 1.01 SUMMARY A. Section includes: Test requirements for piping systems. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. 1.02 REFERENCES A. National Fuel Gas Code (NFGC). B. American Society of Mechanical Engineers (ASME): 1. B31.1 - Power Piping. 2. B31.3 - Process Piping. C. Underwriters Laboratories Inc. (UL). 1.03 TESTING REQUIREMENTS A. General requirements: 1. Testing requirements are stipulated in Laws and Regulations; are included in the Piping Schedule in Section 15052; are specified in the specifications covering the various types of piping; and are specified in this Section. 2. Requirements in Laws and Regulations supersede other requirements of Contract Documents, except where requirements of Contract Documents are more stringent, including higher test pressures, longer test times, and lower leakage allowances. 3. Test plumbing piping in accordance with Laws and Regulations, the plumbing code, and UL requirements. 4. When testing with water, the specified test pressure is considered to be the pressure at the lowest point of the piping section under test. a. Lower test pressure as necessary (based on elevation) if testing is performed at higher point of the pipe section. B. Furnish necessary personnel, materials, and equipment, including bulkheads, restraints, anchors, temporary connections, pumps, water, pressure gauges, and other means and facilities required to perform tests. April 2016 - DRAFT 15956-1 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10/Specifirations/15956 (FRS -9U) 6730F10 C. Water for testing, cleaning, and disinfecting: 1. Water for testing, cleaning, and disinfecting will be provided for pipe system testing only. D. Pipes to be tested: Test only those portions of pipes that have been installed as part of this Contract. Test new pipe sections prior to making final connections to existing piping. Furnish and install test plugs, bulkheads, and restraints required to isolate new pipe sections. Do not use existing valves as test plug or bulkhead. E. Unsuccessful tests: 1. Where tests are not successful, correct defects or remove defective piping and appurtenances and install piping and appurtenances that comply with the specified requirements. 2. Repeat testing until tests are successful. F. Test completion: Drain and leave piping clean after successful testing. G. Test water disposal: Dispose of testing water at the Project Site as directed by Plant Staff in accordance with requirements of federal, state, county, and city regulations governing disposal of wastes in the location of the Project and disposal site. 1.04 SUBMITTALS A. Schedule and notification of tests: 1. Submit a list of scheduled piping tests by noon of the working day preceding the date of the scheduled tests. 2. Notification of readiness to test: Immediately before testing, notify Engineer in writing of readiness, not just intention, to test piping. 3. Have personnel, materials, and equipment specified in place before submitting notification of readiness. 1.05 SEQUENCE A. Clean piping before pressure or leak tests. B. Test gravity piping underground, including sanitary sewers, for visible leaks before backfilling and compacting. C. Underground pressure piping may be tested before or after backfilling when not indicated or specified otherwise. D. Backfill and compact trench, or provide blocking that prevents pipe movement before testing underground piping with a maximum leakage allowance. E. Test underground piping before encasing piping in concrete or covering piping with slab, structure, or permanent improvement. PART 2 PRODUCTS Not Used. April 2016 - DRAFT 15956-2 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/15956 (FRS -90) 6730F10 PART 3 EXECUTION 3.01 TESTING ALIGNMENT, GRADE, AND DEFLECTION A. Alignment and grade: 1. Visually inspect the interior of gravity piping with artificial light, reflected light, or laser beam. 2. Consider inspection complete when no broken or collapsed piping, no open or poorly made joints, no grade changes that affect the piping capacity, or no other defects are observed. B. Deflection test: 1. Pull a mandrel through the clean piping section under test. 2. Perform the test not sooner than 30 days after installation and not later than 60 days after installation. 3. Use a 9 -rod mandrel with a contact length of not less than the nominal diameter of the pipe within 1 percent plus or minus. 4. Consider test complete when the mandrel can be pulled through the piping with reasonable effort by 1 person, without the aid of mechanical equipment. 3.02 AIR TESTING METHOD FOR PRESSURE PIPING A. Air test piping, indicated with "AM" in the Piping Schedule, with air or another nonflammable or inert gas. B. Test gas, air, liquefied petroleum gas, liquid chlorine, and chlorine gas piping by the air test method: 1. Test chlorine piping with dry air or nitrogen having a dew point of minus 40 degrees Fahrenheit or less. Supply temporary air dryers as necessary. C. Test at pressure as specified in Piping Schedule in Section 15052: 1. Provide temporary pressure relief valve for piping under test: a. Set at the lesser of 110 percent of the test pressure or 50 pounds per square inch gauge over the test pressure. 2. Air method test pressures shall not exceed 110 percent of the piping maximum allowable working pressure calculated in accordance with the most stringent of ASME B31.1, ASME B31.3, ASE B31.8, or the pipe manufacturer's stated maximum working pressure. 3. Gradually increase test pressure to an initial test pressure equal to the lesser of 1/2 the test pressure or 25 pounds per square inch gauge. 4. Perform initial check of joints and fittings for leakage. 5. Gradually increase test pressure in steps no larger than the initial pressure. Check for leakage at each step increase until test pressure reached. 6. At each step in the pressure, examine and test piping being air tested for leaks with soap solution. 7. Consider examination complete when piping section under test holds the test pressure for 15 minutes without losses. 3.03 TESTING GRAVITY FLOW PIPING A. Test gravity flow piping indicated with "GR" in the Piping Schedule, as follows: 1. Unless specified otherwise, subject gravity flow piping to the following tests: a. Alignment and grade. April 2016 - DRAFT 15956-3 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10/Specifirations/15956 (FRS -9 J) 6730F10 b. For plastic piping test for deflection. c. Visible leaks and pressure with maximum leakage allowance, except for storm drains and culverts. 2. Inspect piping for visible leaks before backfilling. 3. Provide temporary restraints when needed to prevent movement of piping. 4. Pressure test piping with maximum leakage allowance after backfilling. 5. With the lower end plugged, fill piping slowly with water while allowing air to escape from high points. Keep piping full under a slight head for the water at least 24 hours: a. Examine piping for visible leaks. Consider examination complete when no visible leaks are observed. b. Maintain piping with water, or allow a new water absorption period of 24 hours for the performance of the pressure test with maximum leakage allowance. c. After successful completion of the test for visible leaks and after the piping has been restrained and backfilled, subject piping to the test pressure for minimum of 4 hours while accurately measuring the volume of water added to maintain the test pressure: 1) For polyvinyl chloride (PVC) gravity sewer pipe: 25 gallons per day per inch diameter per mile of piping under test: a) Consider the test complete when leakage is equal to or less than the following maximum leakage allowances: (1) For concrete piping with rubber gasket joints: 80 gallons per day per inch of diameter per mile of piping under test: (a) Advise manufacturer of concrete piping with rubber gasket joints of more stringent than normal maximum leakage allowance. (2) For vitrified claypiping: 500 gallons per day per inch of diameter per mile of piping under test. (3) For other piping: 80 gallons per day per inch diameter per mile of piping under test. 3.04 TESTING HIGH -HEAD PRESSURE PIPING A. Test piping for which the specified test pressure in the Piping Schedule is 20 pounds per square inch gauge or greater, by the high head pressure test method, indicated "HH" in the Piping Schedule. B. General: 1. Test connections, hydrants, valves, blowoffs, and closure pieces with the piping. 2. Do not use installed valves for shutoff when the specified test pressure exceeds the valve's maximum allowable seat differential pressure. Provide blinds or other means to isolate test sections. 3. Do not include valves, equipment, or piping specialties in test sections if test pressure exceeds the valve, equipment, or piping specialty safe test pressure allowed by the item's manufacturer. 4. During the performance of the tests, test pressure shall not vary more than plus or minus 5 pounds per square inch gauge with respect to the specified test pressure. 5. Select the limits of testing to sections of piping. Select sections that have the same piping material and test pressure. April 2016 - DRAFT 15956-4 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/15956 (FRS -90) 6730F10 6. When test results indicate failure of selected sections, limit tests to piping: a. Between valves. b. Between a valve and the end of the piping. c. Less than 500 feet long. 7. Test piping for minimum 2 hours for visible leaks test and minimum 2 hours for the pressure test with maximum leakage allowance. C. Testing procedures: 1. Fill piping section under test slowly with water while venting air: a. Use potable water for all potable waterlines and where noted on the Piping Schedule. 2. Before pressurizing for the tests, retain water in piping under slight pressure for a water absorption period of minimum 24 hours. 3. Raise pressure to the specified test pressure and inspect piping visually for leaks: a. Consider visible leakage testing complete when no visible leaks are observed. D. Pressure test with maximum leakage allowance: 1. Leakage allowance is zero for piping systems using flanged, National Pipe Thread threaded and welded joints. 2. Pressure test piping after completion of visible leaks test. 3. For piping systems using joint designs other than flanged, threaded, or welded joints, accurately measure the makeup water necessary to maintain the pressure in the piping section under test during the pressure test period: a. Consider the pressure test to be complete when makeup water added is less than the allowable leakage and no damage to piping and appurtenances has occurred. b. Successful completion of the pressure test with maximum leakage allowance shall have been achieved when the observed leakage during the test period is equal or less than the allowable leakage and no damage to piping and appurtenances has occurred. c. When leakage is allowed, calculate the allowable leakage by the following formula: L=SxDxP1f2x133,200-1 wherein the terms shall mean: L = Allowable leakage in gallons per hour. S = Length of the test section in feet. D = Nominal diameter of the piping in inches. P = Average observed test pressure in pounds per square inches gauge, at the lowest point of the test section, corrected for elevation of the pressure gauge. x = The multiplication symbol. April 2016 - DRAFT 15956-5 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10/Specifirations/15956 (FRS -9U) 6730F10 3.05 TESTING LOW -HEAD PRESSURE PIPING A. Test piping for which the specified test pressure is less than 20 pounds per square inch gauge, by the low head pressure test method, indicated "LH" in the Piping Schedule. B. General: 1. Test pressures shall be as scheduled in Section 15052. 2. During the performance of the tests, test pressure shall not vary more than plus or minus 2 pounds per square inch gauge with respect to the specified test pressure. 3. Test connections, blowoffs, vents, closure pieces, and joints into structures, including existing bell rings and other appurtenances, with the piping. 4. Test piping for minimum 2 hours for visible leaks test and minimum 2 hours for the pressure test with maximum leakage allowance. C. Visible leaks test: 1. Subject piping under test to the specified pressure measured at the lowest end. 2. Fill piping section under test slowly with water while venting air: a. Use potable water for all potable waterlines and where noted on the Piping Schedule. 3. Before pressurizing for the tests, retain water in piping under slight pressure for the water absorption period of minimum 24 hours. 4. Raise pressure to the specified test pressure and inspect piping visually for leaks. Consider testing complete when no visible leaks are observed. D. Pressure test with maximum leakage allowance: 1 Pressure test piping after completion of visible leaks test. 2. Accurately measure the makeup water necessary to maintain the pressure in the piping section under test during the pressure test period: a. Consider the pressure test to be complete when makeup water added is less than the allowable leakage of 80 gallons per inch of nominal diameter, per mile of piping section under test after 24 hours, and no damage to piping and appurtenances has occurred. b. Successful completion of the leakage test shall have been achieved when the observed leakage is equal or less than the allowable leakage and no damage to piping and appurtenances has occurred. E. Optional joint test: 1. When joint testing is allowed by note in the Piping Schedule, the procedure shall be as follows: a. Joint testing will be allowed only for low head pressure piping. b. Joint testing does not replace and is not in lieu of any testing of the piping system or trust restraints. 2. Joint testing may be performed with water or air. 3. Joint test piping after completion of backfill and compaction to the top of the trench. 4. Joint testing with water: a. Measure test pressure at the invert of the pipe. Apply pressure of 4 feet plus the inside diameter of the pipe in water column within 0.20 feet in water column. April 2016 - DRAFT 15956-6 pw:llCarollofDocuments+Client/TX/Corpus ChristU6730F10/Specifications/15956 (FRS -90) 6730F10 b. Maintain test pressure for 1 minute. c. Base the allowable leakage per joint on 80 gallons per inch nominal diameter, per mile of piping, per 24 hours equally distributed to the actual number of joints per mile for the type of piping. d. Consider the pressure test to be complete when makeup water added is less than the allowable leakage. e. Successful completion of the joint test with water shall have been achieved when the observed leakage is equal or less than the allowable leakage. 5. Joint testing with air: a. Apply test pressure of 3 pounds per square inch gauge with a maximum variation of plus 0.20 and minus 0.00 pounds per square inch. b. Maintain test pressure for 2 minutes. c. Consider the pressure test to be complete when the test pressure does not drop below 2.7 pounds per square inch for the duration of the test. END OF SECTION April 2016 - DRAFT 15956-7 pw:IlCarallatDocumentslClient!TX/Corpus Christi16136F10/Specifirations/15956 (FRS -9U) 6730F10 This page intentionally Tet blank May 2015 Technical Specifications for Construction SECTION 27 13 23 COMMUNICATIONS OPTICAL FIBER BACKBONE CABLING PART1 GENERAL 1.1 Summary A. This Section includes specifications for the expansion of a fiber optic cabling system. The fiber optic cabling system includes the procurement and installation of fiber to provide the communications to support the new High Service #3 Pump Station, Project E11066 for The City of Corpus Christi, Texas O.N. Stevens Water Treatment Plant. In these specifications the term City or City's shall refer to the City of Corpus Christi, Texas O.N. Stevens Water Treatment Plant. B. This specification is intended to give guidance to the installation contractor to provide a complete and fully functional fiber optic cabling system for the City of Corpus Christi's O.N. Stevens Water Treatment Plant. This project shall include all necessary material and labor that is required to furnish a turnkey system installation based upon the scope of work as noted in paragraph A above and contained in theses specifications that follow. 1.2 Quality Assurance A. Contractor Qualifications: An experienced contractor who has the following qualifications as a minimum: 1. Experience utilizing directional drilling (trench -less technology) methods as described within these specifications if these methods are required. 2. The installer and tester for the fiber premises and outside cable plant shall be RCDD (Registered Communication Distribution Designer) Certified. Reference BiCSi latest edition. PART2 PRODUCTS 2.1 Manufacturers A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the work include, but are not limited to, Corning Altos, or approved equal. 2.2 Fiber Optic Cable A. Fiber Optics Cable 1. Shall be all -dielectric loose tube and water -blocked. 2. Shall be in accordance with contract design documents. 3. Maximum attenuation shall not exceed .4 db per km 4. Shall be suitable for outdoor aerial and duct underground installation. 5. Shall be approved and listed by RUS 7 CFR 1755.900 6. Shall conform to all ANSI/ICER S-87-640 test and design criteria. All fibers in each cable bundle assembly shall be tested and verify for continuity and Tight attenuation prior to leaving the factory. All test data shall be made available to the installation contractor upon acceptance of the cable. 7. Corning Altos or approved equal B. Connectors 1. All connectors shall be in accordance with contract design documents. 2. Fan out kits shall be outdoor buffer tube with a minimum of 24 inches tubing length. Page 1 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 Technical Specifications for Construction C. Below Grade Splice Closures (if required) 1. Shall be tested in accordance with Bellcore Testing Requirement GR -771 -CORE and UL 1863. 2. Shall be suitable for submersion in 20 feet of water head. 3. Shall be configurable for future re-entry. 4. Shall be of a pre -molded port multi - section end plates with ports accepting cable diameters up to 1.25 inches. 5. Shall have the capacity of up to 72 single fusion splices. 6. Shall conform to and support the splice requirements as noted in the contract drawing documents. 7. Shall be Performed Coyote Splice Closure splice trays or approved equal. 2.3 Conduit A. PVC Rigid Galvanized Steel (RGS) Conduit: Conduit including elbows, couplings, and nipples shall be standard weight zinc -coated steel, rigid threaded conduit; shall meet the requirements of A.N.S.I. Standard C80.1; and shall be hot -dipped galvanized inside, outside and over threads with PVC external coating and urethane internal coating. Exterior PVC coating shall be a minimum of 40 mil thick, internal urethane coating shall be a minimum of 2 mils thick. 1. Fittings: Conduit fittings and accessories for use with RGS conduit shall be cast malleable iron or ferrous alloy, hot -dipped galvanized. Fittings shall have threaded hubs and gasketed covers. Fittings shall be the product of Crouse -Hinds Form 7 or Appleton. All fittings shall be PVC coated. 2. Boxes: Cast malleable iron, hot dipped galvanized with threaded hubs as manufactured by Crouse -Hinds or Appleton. B. Polyvinyl Chloride (PVC) Conduit: Conduit, elbows and couplings shall be Schedule 40 rigid polyvinyl chloride conduit with a 90°C UL rating, approved for direct burial and shall be the standard product of Krayloy or Carlon or an equal. 1. Fittings: Fittings and accessories for use with Schedule 40 PVC conduit shall be of the same material and manufacturer as the conduit. 90° elbows shall be from the factory. 2. Boxes: For use with Schedule 40 PVC conduit shall be of the same manufacturer as the conduit. C. High Density Polyethylene (HDPE) Conduit: 1. Shall be constructed of polymeric materials, which are lightweight, flexible corrosion resistant and non-conductive. 2. The duct shall be pigmented throughout the entire cross-section so as to produce a uniform color. 3. Shall be smoothwall both inner and outer surface with a controlled outside diameter in accordance with ASTM Standard D 3035 4. Manufacturer shall be ISO 9001 Certified. 5. Shall have a minimum plastic density (polymer range) of .940 - .950 g/cc tested in accordance with ASTM Standard D 1505. 6. Shall have a crush strength of 2020 Ibslfk length measured in accordance ASTM D 2412 test method. 7. 1-1/4 HDPE shall have a average wall thickness of .195 inches with an 1.660 inches and an average ID of 1.270 inches. 8. Shall be Dura -line SDR 9 or approved equal. with a modified average OD of Page 2 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 Technical Specifications for Construction D. Uses Permitted: Unless otherwise indicated, all conduit shall be as follows: 1. RGS: Exposed above grade outdoors and as a transition between HDPE underground and RGS above grade 2. HDPE: Underground direct buried via directional drilling methods (if utilized) 3. PVC: Underground, concealed in concrete. 4. Flexible: Equipment connection 2.4 Enclosures and Boxes A. Underground Locations: Pull boxes used in underground conduit runs shall be made of polymer concrete, shall be UL Listed and shall be of a size and construction appropriate for the intended application. Concrete pull boxes intended for underground installation shall be precast in sections with parkway or traffic rated covers, clearly marked as indicated on the drawings. These boxes shall have a vertical design load of 22,568 lbs with a test load of 33,852 lbs. Their respective traffic rated covers shall contain the proper logo on the cover and be rated for a minimum design load of 15,000 lbs over a 10 inch square with a minimum test load of 22,568 lbs (Quazite Type PG or approved equivalent). B. Wet and Damp Locations: NEMA Type 4X and 3R boxes and enclosures shall be fabricated from stainless steel, and shall be furnished with a gasketed weathertight cover of the same material. Enclosures and cabinets for electrical equipment shall conform to NEMA Standard 250 and U.L. Standard 50. NEMA Type 4X waterproof boxes and enclosures shall be welded stainless steel, glass reinforced polyester with polyurethane foam -core, or cast metal of the sizes and materials indicated on the drawings complete with screw -fastened, gasketed covers and drilled and tapped conduit entries of the proper sizes and arrangements. 2.5 Equipment Racks, Fasteners and Supports A. All framing and supporting materials shall be hot -dipped galvanized steel or stainless steel. Hot dip after fabrication. B. Nuts, bolts shall be hot -dipped galvanized or stainless steel. All stainless steel hardware shall be a minimum 316 Grade stainless steel. C. All conduit clamps shall be hot -dipped galvanized one -hole clamps. PART 3 EXECUTION 3.1 Pull Box Installation A. Pull -boxes shall be placed as shown on the construction drawings. Hand -holes may be moved to locations more practical when necessary upon approval by The Project Manager. B. The location of pull boxes shown on the drawings is diagrammatic only. The Contractor is responsible for verifying locations prior to placement. 3.2 Excavation and Backfill A. Excavation: 1. The trench shall be as straight as practical. The bottom of the trench shall be smooth and free from any sharp edges. The trench shall be kept clear of debris and loose rock. All changes in trench grade shall be gradual with no more than six (6) inches of vertical rise in every five (5) feet of horizontal run. 2. Any open trench shall be fenced, covered or otherwise barricaded. Exceptions are subject to approval by ONSWTP Project Manager. Good judgment and care must be exercised to prevent persons from falling into the open trench, or other damages to persons or property. 3. Roadways, which are open cut, shall be opened just prior to conduit placement. In no case shall the roadway be left impassable at the end of the day. Safety of the general public is paramount and appropriate steps shall be taken to ensure safety at all times. Page 3 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 Technical Specifications for Construction 4. The contractor is responsible for the haul off and proper disposal of all spoils materials removed from the trench. 5. The contractor shall provide the necessary means to carry storm water away from the work area and keep the work area free of obstructions. 6 A minimum clearance of twelve inches (12") shall be maintained between existing utilities and ONSWTP conduits. 7. Trenches shall be promptly backfilled with earth and tamped with a mechanical tamper in 6 inch (15.24 cm) lifts so that the earth is restored to original grade to assure no hazard exists to vehicular, animal or pedestrian traffic. Trenches will be properly guarded or barricaded to prevent damage or injury. 8. Select backfill shall be unfrozen material, free of rocks or other debris. 9. Select backfill shall be used as a cushion and shall extend 3 inches on the sides and floor of trench to 6 inches above top of conduit. 10. Trenching processes will comply with all established Federal and State Safety Standards. B. Backfill: 1. The trench shall be backfilled and compacted to the satisfaction of the ONSWTP, promptly following duct placement. 2. The backfill shall consist of the materials previously excavated or equal materials and shall conform to the following requirements: a. The backfill shall be placed and compacted in not more than 6" lifts, from the top of the installation to the ground line. The backfill shall be of suitable material free from boulders, roots, sod or other vegetation. In areas inaccessible to tamping type rollers, a mechanical tamper of a size suitable for the work involved may be used. b. Pneumatic tampers shall be operated at pressures no less than those recommended by the manufacturer. c. A 95% minimum density compaction of backfill is required or greater if required by the governing Federal, State, County, or City agency. 3. The Contractor shall be responsible for all compaction tests. If the proper compaction is not achieved, the Contractor shall remove all backfill materials and the backfill and compaction will be repeated at the Contractor's expense until the compaction tests are accepted. 3.3 Trenched Road A. Pavement replacement shall match existing paving in type of pavement appearance, wear surface and durability to the maximum extent practical. Replacement shall match existing structures and shall include curbing, walkways, or any other concrete structure(s) damaged during construction. Pavement repair shall be subject to approval by The Project Manager and must conform to the requirements of the local governing authority having jurisdiction including required cutbacks, or "T" topping. Pavement repair not installed in accordance with the requirements of these Specifications shall be removed and replaced. B. Roadways shall only be trenched as a last resort. The City of Corpus Christi will not approve the open trenching of roadways unless trench -less technology methods are not applicable. 3.4 Concrete Placement A. Cement: Portland Cement shall meet the requirements of ANSIIASTM C150 for type II Portland Cement. The cement shall be free of lumps and contamination by water other foreign matter. B. Water: Water shall potable and free from objectionable quantities of silt, organic matter, salts and other impurities. C. Sand: Sand shall be clear, hard and durable grains, free of excessive foreign matter. D. Aggregate: Nominal 3/4" durable crushed rock or limestone, free of excessive foreign matter. Page 4 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 Technical Specifications for Construction E. Mixing: 1. Maximum water to cement ratio: 6.5 gallons per 94 pound sack of Portland Cement 2. Mix Ratio: 1 part cement, 2 parts sand, 3 parts aggregate. 28 day compressive strength, 3000 pounds 3.5 Directional Boring A. This item includes all labor, equipment and certain materials required to install conduit using directional boring techniques. The running line of the conduit shall be kept straight and level. Any changes, either vertical or horizontal shall be gradual with no more than six (6) inches of deviation in every five (5) linear feet. Special care shall be taken to insure that the conduit connection between bores be kept straight and level. B. All utilities shall be pot holed for verification of location and depth prior to boring. C. The boring machines shall be grounded at all times during operation. The grounding method and operator's safety equipment shall comply with the manufacturer's guidelines and requirements. Adequate barricades shall be erected to limit access to the boring machine to operating personnel only. D. Excavation and backfilling of bore pits and potholes shall conform to that described in the sections noted above. E. Separation of Topsoil: Anywhere a bore pit, or other excavation exceeds 18" in width at the surface, the topsoil will be separated from the subsoil with topsoil to be placed back as the surface layer of soil when the hole is back-filled. F. Contractor shall provide the coupling machine required for the installation of the connectors on all HDPE conduits. G. The Contractor is responsible for all steel pipe and HDPE conduit broken off and lost in the borehole. H. If at any time the proposed running line crosses an existing utility, the excavated pothole shall remain open until the Project Manager or appointed representative is able to witness the bore head pass the existing utility. I. Where a pipe casing is utilized, the ends of the casing shall be sealed to prevent infiltration of water or other foreign materials. 3.6 Proving The Duct A. The duct shall be proved to verify continuity and integrity by pulling a solid rubber mandrel or a mandrel of other solid material such as steel or aluminum through the duct. The mandrel shall be a minimum of 3" long and 1" diameter. A City project representative must be present to witness all duct -proving operations. Duct that is not proved in the presence of a City Project representative shall not be considered complete. B. All duct systems shall be installed to allow for a sealed pneumatic system. The couplings are to be installed as per the manufacturer's instruction. It is the responsibility of the subcontractor to provide a clean, sealed, uniform duct to the cable placing crews. 3.7 Subsurface Obstructions A. Contractor is responsible for locating and avoiding all subsurface obstructions. It is the Subcontractor's responsibility to verify the locations of subsurface obstructions shown on the drawings as well as any additional obstructions not identified on the drawings. Contractor shall notify owners and operators of foreign pipelines or other utilities at least two working days prior to excavation near the utility. B. Contractor shall pothole all existing utilities or substructure crossings before excavation crosses their locations. If potholing does not expose the existing utility the Contractor shall request that the utility be located again to verify that the utility is beyond or deeper than the trench line or that the utility has been miss -marked. A minimum of twelve inches (12") shall be maintained between existing utilities and conduits. This shall be included in the lump Page 5 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 Technical Specifications for Construction sum price. Damage to existing utilities is not acceptable and termination of this Contract may result from this negligence. C. Where construction will take place in areas near existing utilities, it is imperative that the Contractor meets with the approved representative responsible for the utility to resolve any depth or construction line conflicts prior to the start of construction. The City Project Engineer of Record must be notified of this meeting and may be present. D. DAMAGED UTILITIES 1. A copy of the contractors Cable Awareness Program must be submitted to the City Project Manager prior to construction. 2. Any utility damage will be reported to the utility owner and the City immediately. This includes any damage to the City owned cable. 3. Contractor will cooperate with the owner of the utility to facilitate any repairs necessary. 4. A copy of all documentation regarding the utility damage shall be submitted to the City Project Manager. 3.8 Roadway, Railroad and Other Bored Crossings A. In no case shall the completed crossing be less than 48 inches deep at its shallowest point. B. Contractor shall not excavate into the side slopes of raised track beds. C. Backfill for excavations shall be mechanically tamped in 6 -inch lifts to the same density as adjoining earth. 3.9 Right of Way / Property Protection and Restoration A. General: 1. The Contractor shall protect the Right-of-Way/Property and minimize the damage from construction operations. 2. Good soil erosion practices shall be practiced during all construction operations. B. Restoration: 1 Contractor shall keep the premises where work is being performed in a neat, clean, and orderly condition, and on completion of the work hereunder, Contractor shall remove all of its tools and equipment from the premises and any debris shall be removed and disposed of by Contractor. 2. Right-of-Way/Property located in non -paved areas shall be restored to its original or better condition within 24 hours or as soon as practicable, in the ONSWTP's opinion, following duct -placing operations. In areas where open trench methods were used and backfill mounded over the trench, grading or filling will be required for final restoration of the Right-of-Way/Property. All rock and debris brought to the surface and left after backfilling shall be removed and disposed of, as directed by the City. 3. All areas disturbed by the construction activities shall be restored and re -seeded per the requirements and regulations of the authority having jurisdiction. 4. Right-of-Way/Property located in paved areas shall be restored to operation for vehicular traffic, with temporary paving or the permanent paving, within 24 hours or as soon as practicable, in The City's opinion, following duct placing operations. 5 All unit prices include the cost of seed, mulch, hay, hydro -mulch, sod, water, gravel, soil, sand, rip -rap, and all other materials required by the City or any governmental authority for site restoration. C. All rights of way clearing are included in all buried and underground outside plant placement pricing. Page 6 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 3.10 Fencing and Other Excavation Barricades A. Temporary safety fencing erected around the Contractor's excavations shall be installed to the satisfaction of the ONSWTP. During any non -working hours, Contractor shall place steel plates over any open trenches that would pose a threat to vehicular traffic. The steel plates shall be of sufficient thickness to withstand the weight of vehicular traffic and anchored in place to prevent movement. Open trenches not exposed to vehicular traffic shall also be covered with plywood (or equal) sufficient to carry any pedestrian traffic, including motorcycles, bicycles, etc. and anchored in place. It shall be the Contractor's responsibility to take all steps necessary to prevent all accidents and to protect the general public. B. The Contractor shall be responsible for providing, installing, maintaining and removing barricades, flashers, fences, plates, and ramps necessary to protect the public and property owner from involvement with excavations, open ditches, and other work areas 3.11 Fiber Optic Cable Installation A. The contractor shall comply with all fiber cable manufactures recommendations for the general installation of the fiber optic cable. The installation shall include but not necessarily limited to the pulling of fiber thru dedicated conduit / inner duct raceway systems, the bending of the fiber, the splicing and termination of the cable, and the testing of all cable, associated splicing and termination hardware. B. The contractor shall follow the manufacture spec #SRP -005-001 dated October 2002 entitled Fiber Optic Cable Placing — Duct from Corning Cable Systems for installation of outside plant fiber cable. C. The contractor shall use fusion splicing for all required splices. See field testing for quality control measures. Technical Specifications for Construction D. The contractor shall use type SC connectors where required. All un -terminated cable shall be neatly coiled and bundled to prevent damage to fiber ends. E. All Fiber Optic Cable is to be placed inside duct system. F. Bends of small radii and twists that may damage the fiber optic cable shall be avoided. During cable placement, cable shall not be bent in a radius less than twenty (20) times the outside diameter of the cable or as specified by the manufacturer. Pulleys, sheaves or radius wheels shall be used to meet this requirement. G. Cable shall not be pulled with more than 600 lbs. of dynamic tension. Safeguards such as breakaway swivels, adjustable slip -clutch capstan winches, or pulling dynamometers shall be used. H. Cable lubricant shall be used to reduce the pulling tension on longer segments of the cable placement or at the discretion of the City. Cable lubricants must be compatible with the fiber optic cable's outer sheath. Verification of the compatibility between the fiber optic cable and the cable lubricant will be required before any application. After cable installation, the inner - duct shall be sealed at the strand level using approved foam. I. Slack coils of approximately fifty (50) feet will be neatly coiled and placed in hand -holes specified as splice locations and so noted on construction drawings. Fiber identification tags shall be attached. Slack coils of approximately twenty (20) feet shall be neatly coiled and placed in hand -holes specified as fiber pull boxes and so noted on construction drawings. J. It is the responsibility of the Contractor to plan each cable pull using information about splice locations, pull box locations, staging areas, conduit layout, manhole locations, etc. K. Each cable shall be placed in a continuous piece, with termination and splice locations as shown on the construction drawings. No additional splices are allowed, unless specifically added by the City in writing. L. The Contractor shall be responsible for the protection and storage of the fiber optic cable. If necessary, a competent security guard shall be maintained on site when fiber optic cable is kept on the street overnight. Page 7 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 Technical Specifications for Construction M. All tracer wires shall be installed in the HDPE in which the fiber is installed and each tracer wire shall be spliced within each pull box. N. A telecommunication test station shall be located at each fiber optic cable splice box and the corresponding tracer wire shall be properly terminated as noted in the manufactures instruction information. 3.12 Warning Tape and Line Markers A. Contractor shall place buried cable warning tape at all times when plowing, trenching, and backhoeing for burial of conduit for fiber optic cable. B. Buried cable warning tape shall be installed for optimum protection at a depth of twelve inches (12") below final grade. C. Contractor shall install line markers at all changes in cable running line direction, splices, waterways, subsurface utilities, hand -holes and at both sides of street, bridge or railroad crossings. At no time shall any markers be spaced more than 500 feet apart. Markers shall be positioned so that they can be seen from the location of the cable and generally set facing perpendicular to the cable running line. D. A readily identifiable marker shall be placed at each right of way line where it is crossed by the buried cable. A marker should be at least 4 feet above ground and at the right of way line. Additional markers shall be placed at least every 500 feet where the cable is placed longitudinally on the right-of-way. 3.13 Splicing A. Contractor personnel performing splicing procedures shall be properly trained to splice and test fiber optic cable. B. All fibers are to be fusion spliced. (Except mechanical splices are allowed within the appropriate splice housings either existing or proposed) C. All spliced fibers will be protected by a fiber optic heat shrink sleeve. A heat oven will be used to shrink these sleeves. A heat gun which is hand applied will not be permitted. Care must be exercised to prevent damage to exposed fibers by overheating. The acrylic coating shall not be removed beyond the areas that will be covered by the heat shrink sleeves. D. To insure acceptable splices prior to closing and encapsulating the splice case, the Contractor will monitor the splice while it is being performed using an OTDR system. Encapsulation shall be performed immediately after testing is 100% complete and accepted. E. Each splice is to be tested bi-directionally at the required cable operational wavelength. The maximum splice loss, in one direction, shall be 0.45 dB. The bi-directional average loss shall be no greater than 0.15 dB. F. Negative losses or Gainers, shall be added to positive losses and averaged to determine the bi-directional splice loss. Gainers or losses may not exceed 0.3 dB and must be within ten percent (10%) of each other when tested bi-directionally. G. If after five (5) attempts or where high negative loss values are being consistently obtained after many splice attempts, the Contractor is unable to meet the average splice loss objectives due to a gainer, the City Project Manager shall be notified and the Contractor shall: 1. In the presence of the City Project Manager, the Contractor will make an additional three (3) attempts to splice the cable. If the splice meets the specifications, the Contractor will complete splicing activities at this location. 2. If the splice fails to meet the specifications after the Contractor attempts to splice the cable in the presence of the City Project Manager, the Contractor will cut off and label one meter of cable from each of the cables being spliced. The Contractor shall then re- attempt to splice the cables. If after five (5) attempts the splice fails to meet City performance objectives, the Contractor will notify the City Project Manager that they were unsuccessful and complete the splicing activities at this location. Page 8 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 Technical Specifications for Construction H. If the second attempt to splice the cable fails (after the one meter sections have been removed) the City will pay the Contractor as if this were an additional splice point at the unit rates specified in the pricing forms. I. The Contractor is responsible for notifying the City Project Manager of an out of specification splice. Failure to do so may result in the Contractor having to re-enter the splice location and re -splice the cable at their own expense. 3.14 Field Quality Control A. Inspection: Verify that units and controls are properly installed, connected, and labeled and that interconnecting wires and terminals are identified. 1. Fiber Cable Plant a. The fiber cable manufacturer shall not ship cable with any single strand failures in the cable bundle. b. The contractor shall field test each count of fiber optic cable individually prior to unrolling the fiber off the reel for field installation. The test shall be a continuity test utilizing an Optical Time Domain Reflectometer (OTDR). All tests shall be documented. Tests that reveal a cable light reflection loss greater than 110% of the cable manufacture's published specifications or factory tests shall be rejected (typically 5db / km). A fiber cable bundle that has more than a 1% cable test failure shall be rejected and not used in this installation. Fiber cable count bundles less than 10 strands shall have 0% failures. In the event the bundle exceeds 0% failures the cable shall be rejected and not used in this installation. c. Once the cable is installed and prior to splicing or terminating, the cable should again be continuity tested as noted in paragraph B above. The same test criteria shall apply. d. Once the cable is installed and terminated all outside plant cable backbone shall be tested by: OTDR in both directions and at both wavelengths of light transmission in accordance with ANSIITIA/EIA-568B.1 (an average of the two will be used). The test criteria shall then be based upon both sum of connector cable and splice attenuation. Connector attenuation shall not exceed the No. of connector pairs times the published nominal connector loss typically .75db and the splice attenuation shall not exceed the number of splices times the allowed splice loss of .3db.End to End Attenuation as per ANSIITIAIEIA-526-7. All fibers that are left un -terminated will be tested using an OTDR. e. The contractor shall use a high resolution OTDR for testing connectors and splices and shall furnish to the City Project Manager a signature trace of all tests performed. High resolution OTDR's provide accurate repeatable measurements to be taken from short distances (66ft) to several miles. f. The contractor shall test each fiber transmitter and receiver in a two stage process as documented in BiSCi Standards 2000 Edition Chapter 10 Fiber Cable Tests. 3.15 Documentation A. Test data results shall be submitted to the City Project Manager on Contractor supplied test data forms no later than 5 working days after the completion of the testing. The test data forms shall be completely and legibly filled out. Test data results shall be submitted as a neatly organized and indexed document for each segment (end point to end point). The document shall contain the following: 1. Copies of all OTDR fiber tests on computer disks, labeled with endpoints, optical length of splice location, and the date of the test. 3.16 System Warranty A. The base proposal system warranty shall be for a period of one year from the date of final system acceptance. This warranty will cover all parts and replacement labor for the manufactures hardware components. Page 9 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 Technical Specifications for Construction 3.17 Acceptance Testing The Contractor will be required to perform the following tests in order to confirm system acceptance: A. Bi-directional OTDR Splice Test 1. Each fiber at each splice point will be tested bi-directionally at the required wavelength with an OTDR capable of long range and high resolution testing. This test will be from an end point designated by the City Project Manager. The maximum loss for each splice in one direction shall be 0.15 dB and the maximum bi-directional average loss shall be 0.10 dB. The test results will be submitted to the City Project Manager on a Contractor supplied "Splice Loss Worksheet". This test will be performed in conjunction with the bi- directional segment test after the closure has been closed, encapsulated and positioned. B. Bi-directional End -To -End Segment Test 1. Each fiber of each span shall be tested at required wavelength from end point to end point. The test results will be submitted to the City Project Manager on a contractor supplied "Segment Loss Worksheet". This test will be performed after all of the splicing within the segment has been completed, splice cases closed, encapsulated and positioned. C. Bi-directional End -To -End Power Test 1. Each fiber of each span shall be tested in both directions from end-to-end using the proper wavelength stabilized light source and power meter. The average end-to-end losses must be within the ONSWTP's specifications. The loss budgets for each loop includes: 0.4 dB/km @ 1310nm and .3 dB/ km @ 1550nm (fiber loss), 0.15 dB/splice, and 0.5 dB/connector. The results of this test are to be recorded on the contractor supplied test data sheets and submitted to the City's Project Manager. 2. Contractor shall arrange to have a City representative present during power testing. Power testing performed without a City representative present will be invalid and must be re -done at the Contractor's expense. 3. The Contractor is required to utilize an OTDR capable of producing fiber test documentation on computer disks and on a laser printer. These disks, along with the software needed to view and manipulate the test data, will be turned over to the ONSWTP two (2) days after testing is completed. The Contractor shall use one of the following OTDR emulation software programs: Siecor-1001-PC, Laser Precision PC- OTDR or PC -3000, or Tektronix FMTAP. 4. For the purposes of bi-directional OTDR testing, bare fiber adapters may be utilized. 3.18 As Built Drawings A. Contractor shall redline drawings during the course of construction to show the actual alignment, depth, and other variances to the construction drawings on a daily basis. The drawings will be available for review by the City's representative when requested on the job site. Additionally, all redline drawings will be submitted to the City Project Manager on a weekly basis including all actual construction to -date. B. A set of contract drawings shall be set aside for the sole purpose of redline "as built drawings". These drawings shall be maintained as outlined above. At the conclusion of the Contract, this set of drawings shall be turned over to the City Project Manager. C. All red line fiber drawings must also reflect any and all changes to the fiber cable plant interconnectivity. These notes should be reflected on the existing contract fiber interconnectivity drawings. D. Red line drawings shall be protected from the elements, as they will become part of Project records. Red line drawings shall be marked to show the actual installation where the installation varies from the work as originally shown using the following method: Page 10 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 Technical Specifications for Construction 1. All annotations will be made legibly with erasable red pencil. 2. Mark whichever drawing is most capable of showing conditions fully and accurately. 3. When changing text or dimensions, line through the old information and enter the new. 4. Use the same units of measure and the same precision as existing dimensions. 5. Dimensions will be referenced to the leased tract line. 6. When changing figures or details, annotate in the same drawing style as existing figures, and use a straight edge when creating lines and dimension leaders. 7. Provide any new information deemed important to the customer, but not shown on construction or shop drawings. 8. Note related change order numbers where applicable. 9. Show station numbers, offset and depth at all landmarks and 50 foot intervals. END OF SECTION Page 11 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 This page intentionally left blank LNV PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Subsoil materials. 2. Select materials. 3. Topsoil materials. B. Related Sections: 1. Section 31 05 16 - 2. Section 31 10 00 - 3. Section 31 23 17 - 4. Section 31 23 23 - 5. Section 31 32 14 - 6. Section 31 32 15 - 7. Section 31 37 01 - 8. Section 32 92 19 - 9. Section 32 92 23 - SECTION 314513 SOILS FOR EARTHWORK Aggregates for Earthwork. Site Clearing. Trenching. Fill. Cement Soil Stabilization. Lime Soil Stabilization. Concrete Riprap. Seeding. Sodding. 1.2 UNIT PRICES - MEASUREMENT AND PAYMENT A. Subsoil Materials: 1. Basis of Measurement and Payment: Subsoil material shall not be measured and paid for separately; it shall be subsidiary to other items of Work. B. Select Materials: 1. Basis of Measurement and Payment: Select material shall not be measured and paid for separately; it shall be subsidiary to other items of Work. C. Topsoil Materials: 1. Basis of Measurement and Payment: Topsoil material shall not be measured and paid for separately; it shall be subsidiary to other items of Work. 1.3 REFERENCES A. American Association of State Highway and Transportation Officials: 1. AASHTO T99 - Standard Specification for Moisture -Density Relations of Soils Using a 5.5 - lb (2.5 -kg) Rammer and a 12 in. (305 mm) Drop. 2. AASHTO T180 - Standard Specification for Moisture -Density Relations of Soils Using a 4.54 -kg (10-1b) Rammer and a 457 -mm (18 -in.) Drop. B. ASTM International: 1. ASTM D698 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbflft3 (600 kN-m/m3)). Soils for Earthwork 310513-1 LNV 2. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-mlm3)). 3. ASTM D2487 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). 4. ASTM D4318 - Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 1.4 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Materials Source: Submit name of imported materials source. C. Supplier's Certificate: 1. Certify materials meet or exceed specified requirements. 2. Include laboratory test reports to verify compliance. D. In -Situ Materials: Submit test reports from testing lab approved by Engineer that in-situ materials intended for re -use on the Project meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Furnish imported subsoil materials from single source throughout the Work. B. Furnish imported select materials from single source throughout the Work. C. Furnish imported topsoil materials from single source throughout the Work. D. If unable to furnish imported soils from single source throughout the Work, furnish certificate from each new source certifying materials meet or exceed specified requirements. Include laboratory test reports to verify compliance. PART 2 PRODUCTS 2.1 SUBSOIL MATERIALS A. Subsoil Requirements: 1. Excavated and re -used or imported borrow material. 2. Graded. 3. Free of hard lumps, rock fragments or other debris. 4. No clay lumps larger than 2 inches. 5. Liquid limit (L.L.) less than 35. 6. Plasticity index (P.I.) range: 8 to 20. 2.2 SELECT MATERIALS A. Select Material Requirements: 1. Excavated and re -used or imported borrow material. Soils for Earthwork 310513-2 LNV 2. Non -expansive clay or clayey sand conforming to ASTM D2487 Group Symbol CL or SC. 3. Graded. 4. Free of vegetation, debris and clay lumps. 5. Liquid limit (L.L.) less than 40. 6. Plasticity index (P.I,) range: 6 to 13. 7. Calculated linear shrinkage less than 8.5. 2.3 TOPSOIL MATERIALS A. Topsoil Requirements: 1. Excavated and re -used or imported borrow material. 2. Friable loam. 3. Graded. 4. Free of roots, rocks larger than 1/2 inch, subsoil, debris, large weeds and foreign matter. 5. Acidity range (pH): 5.5 to 7.5 6. Containing minimum of 4 percent and maximum of 25 percent inorganic matter. 7. Conforming to ASTM D2487 Group Symbol OH or PT. 2.4 SOURCE QUALITY CONTROL A. Testing and Analysis of Soil Materials: Perform in accordance with ASTM D698 or AASHTO T99. B. When tests indicate materials do not meet specified requirements, change material and retest. C. Furnish materials of each type from same source throughout the Work. PART 3 EXECUTION 3.1 EXCAVATION A. Excavate subsoil, topsoil and select materials from areas designated if available on site. Strip topsoil to full depth of topsoil in designated areas. B. Stockpile excavated material meeting requirements for subsoil, topsoil and select materials. C. Remove excess excavated materials not intended for reuse, from site. D. Remove excavated materials not meeting requirements for subsoil, topsoil, or select materials from site. 3.2 STOCKPILING A. Stockpile materials on site at locations approved by Engineer. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing, Soils for Earthwork 310513-3 LNV D. Stockpile topsoil 8 feet high maximum. E. Prevent intermixing of soil types or contamination. F. Direct surface water away from stockpile site to prevent erosion or deterioration of materials. G. Stockpile unsuitable materials on impervious material and cover to prevent erosion and leaching, until disposed of. 3.3 STOCKPILE CLEANUP A. Remove stockpile, leave area in clean and neat condition. Grade site surface to prevent free standing surface water. END OF SECTION Soils for Earthwork 310513-4 LNV SECTION 31 23 16 EXCAVATION PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavating for roads and parking areas. 2. Excavating for drainage ditches. 3. Excavating for site structures. 4. Excavating for landscaping. B. Related Sections: 1. Section 26 42 00 - Cathodic Protection. 2. Section 31 05 13 - Soils for Earthwork: Stockpiling excavated materials. 3. Section 31 05 16 - Aggregates for Earthwork: Stockpiling excavated materials. 4. Section 31 10 00 - Site Clearing. 5. Section 31 23 17 - Trenching: Excavating for utility trenches. 6. Section 31 23 18 - Rock Removal: Removal of rock during excavating. 7. Section 31 23 23 - Fill. 8. Section 33 11 16 - Site Water Utility Distribution Piping. 9. Section 33 36 00 - Utility Septic Tanks. 10. Section 33 51 00 - Natural -Gas Distribution. 11. Geotechnical Report: Bore hole locations and findings of subsurface materials (boring logs). 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Excavating Soil Materials: 1. Basis of Measurement: By cubic yard. 2. Basis of Payment: Includes general excavating to required elevations, loading and placing materials in stockpile or removing from site, as indicated. Over Excavating: Payment will not be made for over excavated work or for replacement materials. 1.3 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Excavation Protection Plan: Describe sheeting, shoring, and bracing materials and installation required to protect excavations and adjacent structures and property; include structural calculations to support plan. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with TxDOT Standard Specification Item 110 "Excavation". Revised 7/3/2013 Excavation 312316-1 LNV 1.5 QUALIFICATIONS A. Prepare excavation protection plan under direct supervision of Professional Engineer experienced in design of this Work and licensed in the State of Texas. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.1 PREPARATION A. Call Local Utility Line Information service not less than five working days before performing Work. 1. Request underground utilities to be located and marked within and surrounding construction areas. B. Notify appropriate utility company to remove and/or relocate utilities. C. Locate, identify, and protect existing utilities from damage. D. Protect trees, plant growth, and other features designated to remain as portion of final landscaping. E. Protect bench marks, survey control points, existing structures and other improvements from damage or displacement. 3.2 EXCAVATION A. Underpin adjacent structures which may be damaged by excavation work. B. Excavate subsoil to proposed subgrade elevation for roads, parking areas, slabs -on -grade and site structures. 1. Maintain moisture until compaction efforts are complete and subsequent course has been constructed. C. Excavate subsoil to proposed elevations and slopes for drainage ditches. 1. Bottom and side slopes shall be undercut sufficiently to accommodate topsoil for seeding or sodding, as specified on Drawings. 2. Tops of excavated slopes shall be rounded. 3. Keep drainage ditch drained insofar as possible during construction. D. Excavate to working elevation for piling work. E. Compact disturbed load bearing soil in direct contact with foundations to original bearing capacity; perform compaction in accordance with Section 31 23 23 and Section 31 23 17. Revised 7/3/2013 Excavation 312316-2 LNV F. Slope banks with machine to angle of repose or less until shored. G. Do not interfere with 45 degree bearing splay of foundations. H. Grade top perimeter of excavation to prevent surface water from draining into excavation. I. Trim excavation. Remove loose matter. J Remove lumped subsoil, boulders, and rock up to 12 inches in any dimension. K. Cut out soft areas of subgrade not capable of compaction in place. Backfill with subsoil material as specified in Section 31 05 13 and re -compact subgrade to density requirements for subsequent backfill materials or as otherwise indicated. L. Notify Engineer of unexpected subsurface conditions. M. Correct areas over excavated as directed and approved by Engineer. N. Compact excavation as indicated on Drawings. 0. Remove excess material and unsuitable material from site. P. Stockpile suitable excavated material in area designated on site in accordance with Section 31 05 13. Repair or replace items indicated to remain that are damaged by excavation operations. Q. 3.3 WORKER SAFETY A. Provide for worker safety in accordance with: 1. Occupational Safety and Health Administration (OSHA) Standards, 29 CFR, Part 1926, Subpart P — Excavations. 2. Texas Health and Safety Code, Title 9, Subtitle A, Chapter 756, Subchapter C — Trench Safety. B. It is the sole responsibility of the Contractor, and not the Owner or Engineer, to determine and monitor the specific applicability of a safety system to the field conditions on the Project. C. Contractor shall indemnify and hold harmless the Owner and Engineer from all damages and costs that may result from failure of methods or equipment used by Contractor to provide for worker safety. 3.4 SHEETING AND SHORING A. Sheet, shore, and brace excavations to prevent danger to persons, structures and adjacent properties and to prevent caving, erosion, and loss of surrounding subsoil. B. Support excavations more than 4 feet deep excavated through unstable, loose, or soft material. Provide sheeting, shoring, bracing, or other protection to maintain stability of excavation. Revised 7/3/2013 Excavation 31 23 16-3 LNV C. Design sheeting and shoring to be removed at completion of excavation work. D. Repair damage caused by failure of the sheeting, shoring, or bracing and for settlement of filled excavations or adjacent soil. 3.5 FIELD QUALITY CONTROL A. Request visual inspection of bearing surfaces by Engineer before installing subsequent work. 3.6 PROTECTION A. Prevent displacement or loose soil from falling into excavation; maintain soil stability. B. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. C. Protect structures, utilities and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth operations. END OF SECTION Revised 7/3/2013 Excavation 312316-4 LNV SECTION 31 23 17 TRENCHING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavating, backfilling and compaction in utility trenches for utilities including storm sewer pipes, storm water box culverts, water lines, and wastewater (sanitary sewer) lines. 2. Bedding for utility pipes and box culverts. B. Related Sections: 1. Section 03 30 00 - Cast -In -Place Concrete: Concrete materials. 2. Section 31 05 13 - Soils for Earthwork: Soils for fill. 3. Section 31 05 16 - Aggregates for Earthwork: Aggregates for fill. 4. Section 31 23 16 - Excavation: General excavation. 5. Section 31 23 19 - Dewatering. 6. Section 31 23 23 - Fill: General backfilling. 7. Section 33 11 16 - Site Water Utility Distribution Piping: Water piping, bedding and backfill. 8. Section 33 31 00 - Sanitary Utility Sewerage Piping: Sanitary sewer piping, bedding and backfill. 9. Section 33 41 00 - Storm Utility Drainage Piping: Storm sewer piping, bedding and backfill. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Basis of Measurement and Payment: Trenching shall not be measured and paid for separately; it shall be subsidiary to other items of Work. 1.3 REFERENCES A. American Association of State Highway and Transportation Officials: 1. AASHTO T99 - Standard Specification for Moisture -Density Relations of Soils Using a 5.5 -lb (2.5 -kg) Rammer and a 12 in. (305 mm) Drop. 2. AASHTO T180 - Standard Specification for Moisture -Density Relations of Soils Using a 4.54 -kg (10-1b) Rammer and a 457 -mm (18 -in.) Drop. B. ASTM International: 1. ASTM C136 - Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. 2. ASTM D698 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbflft3 (600 kN-m/m3)). 3. ASTM D1556 - Standard Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method. 4. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbflft3 (2,700 kN-m/m3)). 5. ASTM D2167 - Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. Trenching 312317-1 LNV 6. ASTM D2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). 7. ASTM D2922 - Standard Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). 8. ASTM 133017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). 9. ASTM D4318 - Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. C. Geotechnical Report: 1. Bore hole locations and findings of subsurface materials (boring logs). 1.4 DEFINITIONS A. Utility: Any buried pipe, box culvert, duct, conduit, or cable. B. Bedding: Soil, sand, aggregate, concrete, or other material placed in the bottom of trench on which a utility pipe or box culvert is supported. C. Initial Backfill: Trench backfill from bedding layer to 12 inches above top of pipe or box culvert. D. Final Backfill: Trench backfill from 12 inches above top of pipe or box culvert to finish grade or bottom of roadway base course. 1.5 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Excavation Protection Plan: Describe sheeting, shoring, and bracing materials and installation required to protect excavations and adjacent structures and property; include structural calculations to support plan. C. Product Data: Submit data for geotextile fabric indicating fabric and construction. D. Materials Source: Submit name of imported fill materials suppliers. E. Supplier's Certificate: Certify imported fill materials meet or exceed specified requirements. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with Specification 02 20 20 Excavation & Backfill for Utilities and 31 23 16 Excavation. 1.7 QUALIFICATIONS A. Prepare excavation protection plan under direct supervision of Professional Engineer experienced in design of this Work and licensed in the State of Texas. Trenching 312317-2 LNV 1.8 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.9 COORDINATION A. Verify Work associated with lower elevation utilities is complete before placing higher elevation utilities. PART 2 PRODUCTS 2.1 BEDDING AND INITIAL BACKFILL MATERIALS FOR STORM SEWER PIPES A. Depth Less Than 20 Feet and Above Water Table: 1. SP, SW, SP -SM, SW -SM, GP, GW, GP -GM, or GW -GM. 2. 100% passing :cinch sieve. 3. 30% minimum passing No. 4 sieve. 4. Plasticity Index < 10. 5. 6 inches bedding layer below bottom ofpipe. 6. Extend bedding up 1/6 pipe O.D. along sides ofpipe to meet Class C granular foundation requirements. 7. Place initial backfill in 6 -inch maximum lifts up to one foot above top of pipe. 8. Compact to not less than 90% Standard Proctor density (ASTM D698). B. Depth Greater Than 20 Feet or Below Water Table: 1. Crushed stone or crushed gravel. 2. Coarse aggregate Grade 2, 3 or 4, as specified in TxDOT Standard Specification Item 421 "Hydraulic Cement Concrete", Table 3. 3. 6 inches bedding layer below bottom of pipe. 4. Extend bedding up 1/6 pipe O.D. along sides of pipe to meet Class C granular foundation requirements. 5. Place initial backfill in 6 -inch maximum lifts up to one foot above top of pipe. 6. Compact to not less than 90% Standard Proctor density (ASTM 13698). 2.2 BEDDING AND INITIAL BACKFILL MATERIALS FOR STORM WATER BOX CULVERTS A. Bedding: 1. Cement -stabilized sand containing 1%2 sacks Type I or Type II Portland cement per cubic yard of sand. 2. Sand gradation: a. 100 % passing 1/2 -inch sieve b. 55-100 % passing #4 sieve c. 40-100% passing #10 sieve d. 25-100%© passing #40 sieve e. 10-20% passing #200 sieve 3. Plasticity Index < 10. 4. 6 inches bedding layer. 5. Compact to not less than 95% Standard Proctor density (ASTM D698). Trenching 312317-3 LNV B. Initial Backfill: 1. Clean sand. 2. Place initial backfill in 8 -inch maximum uncompacted lifts up to one foot above top of box section. 3. Compact to not less than 95% Standard. Proctor density (ASTM D698). 2.3 BEDDING AND INITIAL BACKFILL MATERIALS FOR WATER LINES A. Bedding and Initial Backfill: 1. Clean sand; natural river or bank sand; washed; free of silt, clay, loam, friable or soluble materials and organic matter; graded in accordance with ASTM C136 or ASTM D2487 Group Symbol SW, SP, SM or SC. 2. Place bedding sand in 8 -inch maximum uncompacted lifts to bedding thickness specified below: a. 8 inches minimum bedding layer for water lines < 16" diameter. b. 12 inches minimum bedding layer for water lines ? 16" diameter. 3. Place initial backfill in 6 -inch maximum lifts up to one foot above top of pipe. 4. Compact to not less than 90% Standard Proctor density (ASTM D698). 2.4 BEDDING AND INITIAL BACKFILL MATERIALS FOR WASTEWATER (SANITARY SEWER) LINES A. Depth Less Than 20 Feet and Above Water Table: 1. Granular material consisting of natural sand or sandy gravel, or material produced by crushing of natural stone or gravel. 2. SP, SW, SP -SM, SW -SM, GP, GW, GP -GM, or GW -GM, in accordance with ASTM D2487. 3. 100% passing V2 -inch sieve. 4. 30% minimum passing No. 4 sieve. 5. Plasticity Index < 10. 6. 6 inches bedding layer below bottom of pipe. 7. Extend bedding up 1/6 pipe Q.D. along sides of pipe to meet Class C granular foundation requirements. 8. Place initial backfill in 6 -inch maximum lifts up to one foot above top of pipe. 9. Compact to not less than 90% Standard Proctor density (ASTM D698). B. Depth Greater Than 20 Feet or Below Water Table: 1. Crushed stone or crushed gravel. 2. Coarse aggregate Grade 2, 3 or 4, as specified in TxDOT Standard Specification Item 421 "Hydraulic Cement Concrete", Table 3. 3. 6 inches bedding layer below bottom of pipe. 4. Extend bedding up 1/6 pipe O.D. along sides of pipe to meet Class C granular foundation requirements. 5. Place initial backfill in 6 -inch maximum lifts up to one foot above top of pipe. 6. Compact to not less than 90% Standard Proctor density (ASTM D698). 2.5 FINAL BACKFILL MATERIALS FOR ALL UTILITY TRENCHES A. Paved Areas: Trenching 312317-4 LNV 1. Cement -stabilized sand containing 2 sacks Type I or Type II Portland cement per cubic yard of sand. 2. Sand gradation: a. 100 % passing'/2-inch sieve b. 55-100 % passing #4 sieve c, 40-100% passing #10 sieve d. 25-100% passing #40 sieve e. 10-20% passing #200 sieve 3. Plasticity Index < 10. 4. Place cement -stabilized sand in 8 -inch maximum uncompacted lifts from 3 feet below bottom of roadway base course to bottom of roadway base course. 5. Moisture content: within 2% of optimum moisture. 6. Compact to not less than 95% Standard Proctor density (ASTM D698). 7. Final backfill material from 12 inches above top of pipe or box culvert to 3 feet below bottom of roadway base course (bottom of cement -stabilized sand layer) shall meet the requirements for unpaved areas as specified below. B. Unpaved Areas: 1. Select material from excavation or imported material meeting the requirements for Subsoil as specified in Section 31 05 13. 2. Place in 8 -inch maximum uncompacted lifts from 12 inches above top of pipe or box culvert to bottom of topsoil. 3. Compact to not less than 95% Standard Proctor density (ASTM D698). 4. Moisture content: within 3% of optimum moisture. 2.6 ACCESSORIES A. Geotextile Fabric: Non -biodegradable, as specified in AASHTO M288, subsurface drainage type, Class A. B. Plastic Ribbon Tape Underground Pipeline Marker: Bright colored, continuously printed, minimum 6 inches wide by 4 mil thick, manufactured for direct burial service. C. Magnetic Trace Wire: Electronic detection materials for non-conductive piping products. 1. Unshielded 10 AWG THWN insulated copper wire, or 2. Conductive tape. PART 3 EXECUTION 3.1 LINES AND GRADES A. Lay pipes and box culverts to lines and grades indicated on Drawings. 1. Engineer reserves right to make changes in lines, grades, and depths of utilities when changes are required for Project conditions. B. Use laser -beam instrument with qualified operator to establish lines and grades. ****** [OR] ****** Trenching 312317-5 LNV C. Maintain grade alignment of pipes and box culverts using string line parallel with grade line and vertically above centerline of pipe or box culvert. 1. Establish string line on level batter boards at intervals of not more than 25 feet. 2. Determine elevation and position of string line from elevation and position of offset points or stakes located along route of pipe or box culvert. 3.2 PREPARATION A. Drawings show existing features reasonably ascertained by records research and field surveys. Such information is shown for informational purpose only. The accuracy and completeness of such information is not guaranteed. It is solely the Contractor's responsibility to locate all underground utilities and structures sufficiently in advance of trenching operations to avoid damaging existing utilities and structures or causing unnecessary delays. B. Call Local Utility Line Locate service not less than five working days before performing Work. 1. Request underground utilities to be located and marked within and surrounding construction areas. C. Identify required lines, levels, contours, and datum locations. D. Locate, identify, and protect existing utilities and structures indicated to remain, from damage. E. Contractor shall notify Engineer immediately in the event that unanticipated buried utilities or structures are encountered. F. Protect plant life, lawns and other features remaining as portion of final landscaping. G. Protect bench marks, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. H. Maintain and protect above and below grade utilities indicated to remain. I. Establish temporary traffic control and detours when trenching is performed in public right-of- way. Relocate controls and reroute traffic as required during progress of Work. Temporary traffic control devices and layout shall be in accordance with "Texas Manual on Uniform Traffic Control Devices", latest edition. 3.3 TRENCH EXCAVATION A. Excavate subsoil and rock required for underground pipe or box culvert. B. Do not advance open trench more than 200 feet ahead of installed pipe or box culvert. C. Trench walls shall be cut vertical from bottom of trench to 2 feet above top of pipe or box culvert. When Project conditions permit, slope side walls of excavation starting 2 feet above top of pipe or box culvert. When side walls cannot be sloped, provide sheeting and shoring to protect excavation as specified in this section. Trenching 312317-6 LNV D. Cut trenches to width indicated on Drawings. Remove water or materials that interfere with Work. If trench width is not shown on Drawings, the following widths shall be used at the bottom of trench: 1. Trench width for storm sewer pipes: Pipe O.D. plus 24 inches. 2. Trench width for storm water box culverts: Box width plus 24 inches. 3. Trench width for water lines: a. Nominal pipe diameter < 16": Pipe O.D. plus 16 inches. b. Nominal pipe diameter ? 16": Pipe Q.D. plus 24 inches. 4. Trench width for wastewater (sanitary sewer) lines: Pipe Q.D. plus 24 inches. E. Excavate trenches to depth indicated on Drawings. Trench shall be accurately graded along entire length to provide uniform and continuous bearing and support for bedding material and pipe or box culvert. F. Do not interfere with 45 degree bearing splay of foundations. G. Dewater excavations to maintain dry conditions and preserve final grades at bottom of trench. Dewatering shall be in accordance with Section 31 23 19. H. When subsurface materials at bottom of trench are loose or soft, excavate to greater depth until suitable material is encountered. Backfill with suitable material and compact to density equal to or greater than requirements for bedding material. If additional depth exceeds 12 inches, Contractor has the option to continue excavating until suitable material is encountered, or backfill with lean concrete mix. 1. Trim excavation. Remove debris and loose matter. J. Correct over excavated areas with compacted backfill as specified for authorized excavation or replace with fill concrete as directed by Engineer. K. Install bedding material as specified above. Hand trim for bell and spigot pipe joints. L. Remove excess subsoil not intended for reuse, from site. M. Stockpile excavated material in area designated on site in accordance with Section 31 05 13. Do not stockpile materials in close proximity to trench. N. Repair or replace items indicated to remain that are damaged by Contractor's activities, whether or not damaged items were shown on the Drawings. Such repair or replacement shall be made to Owner's satisfaction at the Contractor's expense. 3.4 WORKER SAFETY A. Provide for worker safety in accordance with: 1. Occupational Safety and Health Administration (OSHA) Standards, 29 CFR, Part 1926, Subpart P — Excavations. 2. Texas Health and Safety Code, Title 9, Subtitle A, Chapter 756, Subchapter C — Trench Safety. Trenching 312317-7 LNV B. It is the sole responsibility of the Contractor, and not the Owner or Engineer, to determine and monitor the specific applicability of a safety system to the field conditions on the Project. C. Contractor shall indemnify and hold harmless the Owner and Engineer from all damages and costs that may result from failure of methods or equipment used by Contractor to provide for worker safety. 3.5 SHEETING AND SHORING A. Sheet, shore, and brace trench excavations to prevent danger to persons, structures and adjacent properties and to prevent caving, erosion, and loss of surrounding subsoil. B. Support trenches more than 4 feet deep excavated through unstable, loose, or soft material. Provide sheeting, shoring, bracing, or other protection to maintain stability of excavation. C. Design sheeting and shoring to be removed at completion of excavation work. D. Repair damage caused by failure of the sheeting, shoring, or bracing and for settlement of filled excavations or adjacent soil. E. Repair damage to new and existing Work from settlement, water or earth pressure or other causes resulting from inadequate sheeting, shoring, or bracing. 3.6 BACKFILLING A. Lay pipe or box culvert in accordance with appropriate specification section and as indicated on Drawings. B. Backfill trenches to contours and elevations with suitable fill materials. C. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen, or spongy subgrade surfaces. D. Place geotextile fabric where specified on the Drawings prior to placing subsequent fill materials. E. Place fill material in continuous layers and compact as specified above. F. Backfill around sides and to top of pipe or box culvert with initial backfill material as specified above. Place and compact material immediately adjacent to pipe or box culvert to avoid damage to conduit and prevent conduit misalignment. Employ placement method that does not disturb or damage utilities in trench or adjacent structures. G. Place magnetic trace wire 12 inches above top of pipe or box culvert. H. Maintain optimum moisture content of fill materials as specified above to attain required compaction density. I. Do not leave any portion of trench open at end of working day. Trenching 312317-8 LNV J. Protect open trench to prevent danger to the public and workers. 3.7 FIELD QUALITY CONTROL A. Compaction Testing for Bedding and Backfill: In accordance with ASTM D698. B. When tests indicate Work does not meet specified requirements, remove Work, replace, compact, and retest. C. Frequency of Tests: One density test per 200 LF of pipe or box culvert trench backfill, per lift. 3.8 PROTECTION OF FINISHED WORK A. Reshape and re -compact fills subjected to vehicular traffic during construction. END OF SECTION Trenching 312317-9 This page intentionally left blank May 2015 Technical Specifications for Construction SECTION 40 05 53 IDENTIFICATON FOR PROCESS PIPING AND EQUIPMENT PART1 GENERAL 1.1 Work Included A. Provide identifying devices for the following: 1. Piping. 2. Equipment. 3. Electrical Equipment. 4. Valves. 5. HVAC equipment. 6. Fire sprinkler and piping. 7. Control devices. 1.2 Submittals A. Submittals shall be in accordance with Section 01 33 00 "Submittal Procedures" and shall include: 1. Product data sheets for identifying devices. 2. A list of where devices are to be installed, and the data to be included on each identifying device. 3. List as necessary. 1.3 Standards The latest edition of the referenced item below shall be used. A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) Standards: ANSI A13.1 Pipe Marking Specifications 1.4 Delivery And Storage A. Store products inside storage sheds until installed. 1.5 Guarantees The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Guarantee Identifying devices installed in wet locations or areas subject to moisture to be weather resistant for a period of 3 years after installation. PART2 PRODUCTS 2.1 Materials A. Piping Identification: Pressure sensitive, adhesive -backed vinyl plastic label having the lettering indicated on background color as scheduled. Provide labels manufactured by the Seton Name Plate Corp. or Brady "Perna Code". Provide labels having an arrow to indicate the direction of flow. Provide 1 -1/4 -inch high letters. B. Outdoor Pipe Markers: Seton "Weather Code" Fade resistant, vinyl markers, 2-1/4 by 9 inches. Page 1 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT — 40 05 53 May 2015 Technical Specifications for Construction C. Valve Identification: Provide Seton [Style 2961, 1 -1/2 -inch round, plastic tag 11 Style 250 - BL Black Filled, 1 -1/2 -inch round, brass tag] with proper identification stamped [or incised into plastic] on tag. Tag shall have the proper prefix followed by a code number that is unique and identifies the valve from all others in the project. Provide hole in top of tag for mounting chain. Provide brass jack chain, copper metal meter seals, or brass "5" hooks as appropriate. D. Equipment Nameplate: Seton Style 2060 "Seton -ply" engraved plastic plaque, approximately 3/4 by 2-1/2 inches in size. Plaque shall be 1/16 inch thick having beveled edges and drilled with two mounting holes when attached by screws. Mounting screws shall be stainless steel. Lettering shall be approximately 3/16 inch high. Text to include equipment mark and equipment description (Example: EXHAUST FAN EF -5). Identification label on nameplate shall correspond to a typewritten legend included in the 0 & M Manual which includes the following: 1. Equipment identifier. 2. Location inside building (or on project site). 3. Manufacturer's model number. 4. Brief description of function. 5. Reference to shop drawings, parts lists, or other data included in the 0 & M Manual. E. Fire Sprinkler System Signs: Signs for fire protection system shall conform to NFPA-13 and shall be equal to Seton Style SFB, furnished in porcelain with "white on red" color. PART 3 EXECUTION 3.1 Preparation A. Install piping complete with insulation and valves in place prior to installing identification devices. Mount electrical components, including electrical control devices. Piping shall be dry and free of oil, grease, or other contaminants. Insulation shall be completely dry. 3.2 Installation A. Install pipe labels on piping exposed to view, in any location inside buildings or structures, or in underground vaults, pump stations, basements, or other exposed locations. B. Install a minimum of one label in each area or room and additional labels at spacings not to exceed 5 feet. Position labels so that lettering is visible from the front of piping at floor level. Provide labels of a size that is legible from floor level. Install labels in rows with uniform spacings where several pipes run parallel to each other. C. Name the fluid flowing inside the pipe on color coded labels with text per the schedule below. Labels shall also include an arrow indicating the direction of flow. 3.3 Vale Identification A. Install a valve tag on all valves. Attach the tag to hand wheel of valve stem so that it does not interfere with operation of valve tag brass link chains or copper meter seals furnished by the Tag Manufacturer. B. Number valves to correspond to a typewritten list included in the Operational and Maintenance Manual and include the following information: 1. Valve Number. 2. Description of piping fluid or purpose. 3. Normal position of valve (Open or Closed). 4. Manufacturer's catalog number. 5. Brief description of valve specification. Page 2 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT — 40 05 53 May 2015 Technical Specifications for Construction 6. Brief description of valve's function in the system. C. Valve identification shall be based on the following example: P-1 =111 Domestic Water !PI Rm. 103 Open Crane Fig. 315C Gate rising stem Shut off to heater 3.4 Equipment Identification A. Provide an equipment identifier on each separate piece of equipment, including process equipment, HVAC equipment, plumbing equipment (other than plumbing fixtures), and electrical equipment. Provide a nameplate for each separate piece of electrical equipment, including but not limited to panelboards, switchgear, starters, disconnects, control devices and control panels. Provide name tags for each separate switch, starter, contactor, or other compartment on electrical switchgear. B. Engrave lettering on nameplates corresponding to the identification marks. Install nameplates prominently on equipment not occurring in occupied spaces. Install nameplates on the inside covers of lighting panelboards. Install nameplates on all other equipment centered and at top of equipment. Nameplates shall not be installed in a location that interferes with the equipment's ability to operate. C. Attach nameplates to exterior equipment with two 3/8 -inch stainless steel screws. Interior plaque may be attached by screws, or by the adhesion method when approved by the Engineer. Note to Specifier: The "Special Gases" Article below is optional. 3.5 Special Gases A. Provide a nameplate at each outlet of special gases at the laboratory. Attach nameplates directly above and centered on the outlet or valve. The label shall correspond with the supplied gas, and the plate color shall correspond with the incised identification disk installed on the valve. [Refer to Section 12 35 53 "Laboratory Casework."] B. Install a nameplate above each active gas cylinder location with the complete name printed followed by the chemical designation (Example: Helium HE). Colors shall correspond to the color used on the cylinders as used by the Compressed Gas Association, Inc. Note to Specifier: The "Electrical Outlet" Article below is optional. 3.6 Electrical Outlet A. Provide a nameplate for electrical outlet listed below. The nameplate shall be white letters on red background, and shall specify the outlet's voltage and ampere rating. The nameplate on special outlets shall have an appropriate warning. Lettering shall be 1/8 inch high. Overall plate size shall be approximately 3/4 by 2-1/2 inches. B. Provide nameplates on the following: 1. 208/240 outlet: voltage and ampere rating. 2. Special outlet: voltage, ampere rating and intended function (Example: Welder Outlet 240 V-40 A). 3.7 Potable and Non -Potable Water A. Provide name tags at every water hydrant or outlet. Fabricate name tags of 3/4 -by -1 -1/2 -by - 1/8 -inch aluminum with a medium, duranodic finish and plexiglas face panel. The face panel shall have 1 -inch high, white, helvetica medium lettering on blue background stating "Potable Water", or white lettering on green background stating "Non -Potable Water". Place signs on walls above the hydrant locations and attach to backplates. Yard hydrants shall have Page 3 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT — 40 05 53 May 2015 Technical Specifications for Construction concrete piers which are 6 inches in diameter by 36 inches with signs attached to the face of the concrete directly in front of the hydrants. Extend the piers 4 inches minimum above finish grade. Signs shall be manufactured by Vomer Products, Inc., equal to Vocator Exterior sign series E9/12. 3.8 Schedules A. Prepare a typed schedule showing piping label requirements, valve tag identification, and equipment tags. Include each valve or piping type and the appropriate identification on the schedule. Submit the schedule to the Engineer for approval. B. Mark valve tags and pipe labels to conform with the following legend, or with requirements of standards noted. Include the full name, as appearing under the column heading "Description", and the abbreviation under the column heading "Abbrev. Legend." Note to Specifier: Revise schedule for each Droiect. Description Valve Prefix Abbrev. Legend Label Color (Letter on Background) Description Valve Prefix Abbrev. Legend Label Color (Letter on Background) Plumbing Sewer, Sanitary W SW Black on Green Sewer, Storm SS SS Black on Green Waste, Drain W DP Black on Green Waste, Acid W AW Black on Yellow Water, Domestic, Cold P CW Black on Green Water, Domestic, Hot P HW Black on Yellow Water, Domestic, Ret. P HWR Black on Yellow Water, Distilled P DW Black on Green Water, Non -potable N NPW Black on Green Fire Protection Fire Protection, Mains F FM White on Red Fire Protection, Sprinkler F FS White on Red Gas Piping Natural Gas G NG Black on Yellow Fuel Gas G NG Black on Yellow Acetylene G AC Black on Yellow Argon G AG White on Blue Hydrogen G HG Black on Yellow Nitrogen G NI Black on Green Nitrous Oxide G NO White on Blue Methane G MT Black on Yellow Oxygen G OX Black on Yellow Compressed Air G CA White on Blue Page 4 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT — 40 05 53 May 2015 Technical Specifications for Construction Description Valve Prefix Abbrev. Legend Label Color (Letter on Background) Instrument Air G IA White on Blue Vapor G VG Black on Yellow Vacuum G VP White on Blue HVAC Refrigerant, Suction H RS Black on Green Refrigerant, Liquid H RL Black on Green Chilled Water H CW Black on Green Chilled Water Ret. H CWR Black on Green Hot Water H HW Black on Yellow Hot Water, Ret. H HWR Black on Yellow Condensate H CD Black on Green Process Piping Lime PP LI White on Green Chlorine PP CH Black on Yellow Ammonia PP AM Black on Yellow Primary Effluent PP PE White on Green Primary Sludge PP PS White on Green Raw Sewage PP SR White on Green Recir. Sewage PP RS White on Green Recir. Sludge PP RR White on Green Thickened Sludge PP TS White on Green Activated Sludge PP AS White on Green Electrical Panelboards LP -1 White on Black Starters for Exhaust Fan S/EF-1 White on Black Control Panels for Exhaust Fan CP/EF-1 White on Black Disconnects for Exhaust Fan DS/EF-1 White on Black Junction Boxes JB1101 White on Black Controllers for Exhaust Fan CI/EF-1 White on Black C. Piping Color Schedule: Description Potable Water Light Blue Compressed Air Light Green Instrument Air Light Green with Dark Green Bands Page 5 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT — 40 05 53 May 2015 Technical Specifications for Construction END OF SECTION Page 6 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT — 40 05 53 Chlorine (gas, liquid, or vent) Yellow Chlorine (solution) Yellow with Red Bands Liquid Alum Yellow with Orange Bands Alum (solution) Yellow with Green Bands Ammonia Yellow with Brown Bands Chlorine Dioxide (solution) Yellow with Blue Bands Ferric Chloride Brown with Red Bands Ferric Sulfate Brown with Yellow Bands Polymers White with Green Bands Liquid Caustic White with Red Bands Caustic (solution) White with Orange Bands Fluoride White with Yellow Bands Ozone Stainless Steel with White Bands Settled Water Green Filter Effluent Light Blue Backwash Supply Light Blue Drain Dark Grey Raw Water Tan END OF SECTION Page 6 of 6 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT — 40 05 53 May 2015 Technical Specifications for Construction SECTION 40 90 00 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS PART1 GENERAL 1.1 Scope A. General Requirements for Instrumentation: There are two areas of work in the Instrumentation Work in this project as described below: 1. The Instrumentation System Integrator Contractor shall provide all hardware, software, and configuration and integration associated with the PLC based Instrumentation and Process Control system. Provide a complete and operational system in accordance with these Contract Documents: a. Provide instrumentation, hardware, conductors and raceway required for a complete and operable system that is above that specified in the Contract Documents. Provide all labor and materials specified in the Contract Documents. b. Provide two PLCs tied together in a fully -redundant configuration. The PLCs shall be connected by an Ethernet 802.3 10 Base -F system to the existing HSQ system in the SCADA building. c. Provide all required labor, materials and PLC programming and system configuration and integration to interconnect the PLCs to HSQ's Ethernet in the SCADA Building. Provide fiber optic cables and "Black Box" single -port and dual -port 10 Base -T to 10 Base -F converters. d. Provide all required software and programming in the PLC for a complete and operational system in accordance with these Contract Documents. e. Coordinate and fully cooperate with HSQ to provide all required hardware and PLC hardware and PLC programming necessary to interface with the existing HMI system. f. Provide personnel to check out, test and commission the system. g. Provide personnel to train the Owner's staff as specified. 2. HSQ shall be responsible for the following work to provide a complete and operational system in accordance with these Contract Documents: a. Provide software programming to create new screens and modify existing screens as specified. b. Provide the required drivers to receive and transmit data over the specified Ethernet data highway to fully communicate with the PLC system provided by the System Integrator Contractor. c. Coordinate and fully cooperate with the Instrumentation System Integrator Contractor to provide all required HSQ system programming necessary to interface with the existing HSQ system for a complete and operational system as specified. d. Provide all software programming required in their system for a complete and operational system as specified. e. Create or modify all required data bases in their system. f. Provide personal to check out, test and commission the system. g. Provide personnel to train the Owner's staff as specified. 1.2 Quality Assurance A. General: Should there be a conflict between various standards, codes, specifications, and contract drawings, bring the matter immediately to the attention of the Owner's Representative. B. Reference Standards: 1. American Society for Testing and Materials (ASTM) Standards: ASTM A153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A269 Seamless and Welded Austenitic Stainless Steel Tubing for General Service Page 1 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS —40 90 00 May 2015 Technical Specifications for Construction ASTM A36 Specification for Structural Steel ASTM B68 Seamless Copper Tube ASTM D1047 Polyvinyl Chloride Jacket for Wire and Cable 2. Research Council on Riveted and Bolted Structural Joints (RCRBSJ). 3. American Institute of Steel Construction (AISC). 4. Steel Structures Painting Council (SSPC): Painting Specifications for weather exposure. 5. American Welding Society (AWS): Welding Code D 1.1-75. 6. Federal Specifications: Primer, Paint Zinc, Chromate, Alkyd Type, Fed. Spec. TT -P - 645a. 7. National Electrical Manufacturers Association (NEMA). 8. National Fire Protection Association (NFPA): National Electrical Code (NEC), 1990 edition. 9 Instrument Society of America (ISA) Standards: RP 3.1-1960 Flow Meter Installations, Seal and Condensate Chambers S5.1-1973 Instrumentation Symbols and Identification RP7.1-1956 Pneumatic Control Circuit Pressure Test S7.3-1975 Quality Standard for Instrument Air RP18.1-1965 Specifications and Guides for the Use of General Purpose Annunciators S5.4-1976 Instrument Loop Diagrams S8.1-1968 Instrument Enclosures for Industrial Environments RP12.1-1960 Electrical Instruments in Hazardous Atmospheres RP20.1, 20.2 Specification Forms for Instruments S39.1-1972 Control Valve Sizing Equations S39.2-1972 Control Valve Capacity Test Procedures S51.1 Process Instrumentation Terminology 10. American Petroleum Institute (API) Standards: API RP 550 Manual on Installation of Refinery Instruments and Control Systems API RP 520 Recommended Practice for the Design and Installation of Pressure - Relieving Systems in Refineries 11. Scientific Apparatus Makers Association (SAMA) Standards: PM 20.1-1973 Process Measurement and Control Terminology RC5-10-1963 Resistance Thermometers 12. Underwriters' Laboratory (UL): Subject 13, Subject 1227. 13. Factory Mutual (FM). 14. American National Standard Institute (ANSI): Supplement to C37.90-1971, Relays and Relay Systems Associated with Electric Power Apparatus (IEEE Std. 313-1971), C37.90a-1974. 15. National Bureau of Standards (NBS). Page 2 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS -40 90 00 May 2015 Technical Specifications for Construction 16. Institute of Electrical and Electronics Engineers (IEEE): Tray Fire Tests, IEEE 383. 1.3 Guarantees The latest edition of the referenced item below shall be used. A. Guarantee Period: The Contractor shall provide guarantees as defined hereunder for a period of 1 year after final acceptance by the Owner. B. Guarantee Requirements for Analog Devices: Each device shall perform its intended function within the specified operating accuracy and repeatability without more than 12 adjustments for any consecutive period of 12 months. The availability of each device shall be not less than 98.0 percent for any consecutive period of 6 months. Downtime of analog devices affecting more than eight loops shall be considered a system failure. 1.4 Contractor's Qualifications A. The Instrumentation System Integrator Contractor's personnel shall have a minimum of 10 years of prior experience in furnishing, installation, testing, programming, debugging, start- up, and training for systems at least as large and similar to the one in this Contract. The system installer shall have employees who are qualified technicians for the duration of the contract located in the Corpus Christi area. The Contractor shall submit for evaluation within 1 week of Notice to Proceed, his instrumentation systems installer's company resumes complete with company history, project lists, locations, Owner, costs, type of system installed, and references with phone numbers. Installers not meeting these qualifications shall not be accepted. As a part of this contract, the instrumentation system installers shall assume complete system responsibility, including coordination and interfacing with all subsystems and equipment suppliers and manufacturers. The Contractor shall actively be involved in control system integration industry for the last 5 years. The Contractor shall not act as a broker for the project; he shall provide and be responsible for all hardware, interfacing software, training, testing, and extended warranties. 1.5 Definitions The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. The terms used in this specification conform to definitions in ISA S51.1, SAMA PMC 20.1- 1973 and RC 5-10-1963, except as modified below. 1. Device: An electronic or mechanical apparatus designed to perform a specific measurement or control function. 2. Equipment: The machinery used in a process, e.g., pumps, fans, etc. 3. Interchangeability error: The algebraic difference between the indication and true value of the measured variable as a result of exchanging a device with a replacement. 4. Loop: Any combination of interconnected transmitters, receivers, switches, alarms, indicators, controllers, computers, or final control elements. 5 Operating accuracy: Conformity of indicated value to accepted standard value or true value throughout specified operating conditions with a confidence level of 95 percent includes, but is not limited to, hysteresis, linearity, and operating influence of temperature, pressure, supply voltage, and transmitter power supply. Operating accuracy for loop is defined as root -mean -square (RMS) of individual device operation accuracies. 6 Process: A progressively continuing operation that consists of a series of controlled actions systemically directed toward a particular result, e.g., a process to mix, filter, heat, and/or cool air to a particular condition. 7 Response: The results of the act, or process of measuring the time difference between the time of a change in an input signal or a measured variable, and the time when the output, display, and final control element in the loop has changed to at least 60 percent of the change which should result from the input change. 8. Subsystem: A discrete subdivision of a system and an assemblage of parts, devices, or Page 3 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS —40 90 00 May 2015 Technical Specifications for Construction software modules designed to perform one or more of the specific tasks required for the system to accomplish its functions. 9. System: An assemblage of sometimes diverse parts, devices, or software modules serving a common set of measurement or control functions. 10. Time resolution: The result of the act or process of rendering distinguishable events occurring at nearly the same time. Expressed as a measurement of time in seconds. 11. Unit: Any combination of equipment items interconnected in a predetermined manner, performing one or more controlled actions toward a particular result. A discrete subdivision of a process. 12. Concealed - Accessible: Out of general sight, but can be easily reached by removing panels or access doors. 13. Concealed - Inaccessible: Out of general sight and cannot be easily reached except by removing a permanent part of the building or using special tools. 14. Exposed: Open to general view without removing panels, access doors, or a permanent part of the building. 15. Field termination point: Termination of a run of raceway from an instrument panel to the vicinity of a field instrument. Field termination point is usually within 5 horizontal feet from the field instrument. 16. Analog device: Any sensor, transmitter, indicator, recorder, controller, computing relay, or control valve which transmits or receives an analog signal. Excludes the analog portion of a digital system or I/O subsystems. 1.6 Submittals A. Shop Drawings and Product Data: 1. Detail: Give sufficient detail to permit system configuration, installation, and wiring without reference to design drawings. Refer to Division 01 - General Provisions. 2 As a minimum, shop drawings shall include a bill of materials with original manufacturer's name and catalog number (re -labeled component information is not acceptable), original manufacturer's catalog cut sheets, front views, assembly drawings, nameplate schedules, electrical schematics, electrical connections diagrams, and piping connection diagrams. 3. Electrical, piping, and interconnection diagrams shall show all terminations of equipment, complete with conduit, cable, and equipment designations, and shall include terminal identification information. 4. Include size of all conduits, pipe, cables, and conductors. 5. Physical arrangement drawings shall include operating and servicing clearance requirements, cooling requirements, electrical power requirements, and cabling information. 6. Operator console configuration drawings shall include specific location of all keys and pushbuttons. 7. Logic drawer drawings shall show used space and expansion space. 8. Show appropriate tag numbers on all product data. 9. Software specifications for all software provided in addition to existing standard software. a. Include fully annotated source listings, input-output requirements, memory requirements, timing and sequencing requirements, flow chart showing functions performed, operating sequences and decision points, required system configuration, list of known or anticipated limitations of software modules, list of malfunction procedures to be followed for recovering from operator error or other malfunction, and description of how each module interfaces with calling and called programs. b. Provide proposed screen layouts showing modifications to existing screens, and new screens: Show all displays, inputs, outputs, recorders, alarms and indications along with the associated signal tag number. Page 4 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS —40 90 00 May 2015 Technical Specifications for Construction 10. Technical Manuals: a. Supply six sets of technical manuals with software specifications to Owner's Representative no later than the equipment shipment date. Each set shall be bound in a standard size, three-ring, loose-leaf, vinyl plastic, hard -cover binder suitable for bookshelf storage. Binder ring size shall not exceed 2-1/2 inches. b. Each set of technical manuals shall include a general and detailed description, a theory of operation description, detailed schematic drawings, specifications, and installation, connection, calibration, operating, troubleshooting, preventive maintenance, and overhaul instructions in complete detail with a clear and specific description of the steps the operators must take to perform each of the tasks and modes of operating specified. These manuals shall provide the Owner with comprehensive information on all systems and components to enable operation, service, maintenance and repair. Exploded or other detailed views of all instruments, assemblies, and accessory components shall be included together with complete parts lists and ordering instructions. These manuals are in addition to all applicable requirements of Division 01 - General Provisions. 11. Spare Parts List: Contractor shall prepare and submit for Engineer's review a master spare parts list of all Division 40 items. All Division 40 spare parts shall be turned over to the Owner at one time and stored into lockable cabinets. PART2 PRODUCTS 2.1 Information on Drawings A. The following information is indicated on the drawings: 1 Approximate location of primary elements, instrument panels, and final control elements. 2. Location of electrical distribution panel boards for instrument electrical power. 3. Location of equipment having alarms and equipment status contacts. 4. Location of equipment being controlled by system. B. The following information is not shown on drawings, but shall be the responsibility of the Contractor to determine, furnish, and coordinate with other divisions based upon systems specified. Show this information on project record drawings: 1. Instrument loop drawings per ISA S5.4 minimum, desired and optional items. 2. Location of electrical distribution panel boards supplying power to any device supplied under this Contract. 3. Detailed enclosure and instrument panel layouts, PLC enclosure layouts, Filter console layouts, fabrication details, and wiring diagrams. 4. Detailed system configuration. 5. Raceway and cable routing for instrumentation wiring. 2.2 Operating Conditions A. Ambient Conditions: Provide equipment suitable for ambient conditions specified. Provide system elements to operate properly in the presence of radio frequency fields produced by portable RF transmitters with output of 5 watts operated at 24 inches from instruments in the presence of plant telephone lines, power lines, and electrical equipment, and in the presence of digital data transmission systems. B. Field Locations: Field equipment may be subjected to ambient temperatures from -5 to 50 C with direct radiation and relative humidity from 45 to 100 percent with condensation. C. Power Supply: Power supply will be 117 -volt AC, 1 -phase, 60 -Hertz commercial power. Voltage variations will be at least plus or minus 8 percent. Certain loops shall have integral power supply as specified in the Contract Documents. Power supplies shall be provided in Page 5 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS —40 90 00 May 2015 Technical Specifications for Construction the panels as specified in the Contract Documents or required for a complete system, plus one spare. 2.3 Spare Parts A. Supply spare parts as indicated in these Specifications. B. Spare parts shall become property of the Owner. 2.4 Materials and Equipment A. Provide equipment of solid-state construction utilizing second source semiconductors, unless otherwise specified. De -rate components to assure dependability and long-term stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered, of sufficient thickness to prevent warping. Coat printed circuit boards in field -mounted equipment with 2 mils of solderable conformal coating complying with MIL -I -46058B. Alignment and adjustments shall be noncritical, stable with temperature changes or aging, and accomplished with premium grade potentiometers. Do not insert components of specially selected values into standard electronic assemblies to meet performance requirements. Use parts indicated in instruction manuals, replaceable with standard commercial components of the same description without degrading performance of completed assembly. B. Use test equipment and instruments to simulate inputs and read outputs suitable for purpose intended and rated to an accuracy of at least five times greater than the required accuracy of device being calibrated. Such test equipment shall have accuracies traceable to the National Bureau of Standards as applicable. 2.5 Special Project Requirements A. As a part of this Contract, the instrumentation systems Contractor shall coordinate with HSQ, and with all the sub -systems suppliers and manufacturers, during bidding, construction, testing, installation and start-up phases of the project. The coordination is to assure that the instruments and sub -systems are in compliance with the Contract Documents and that the necessary tie-ins and interface signals with the HSQ system are provided as specified or required. B. The instrumentation system Contractor shall provide the Owner's staff with all required training and operating procedures, at no extra cost to the Owner, in addition to In -Plant SCADA training specified in Section 40 90 02 "Supervisory Control and Data Acquisition System." The training schedule shall be coordinated with the Owner's Representative. Training shall include operating, testing, calibration and programming of the system, and simple troubleshooting of the system. The training shall include manuals which are specifically written for the system provided as described in Division 01 - General Provisions of these Specifications. C. The calibration, testing, and start-up of all the instruments whether existing or provided new, shall be done by the manufacturer's field technician/Engineer in the presence of the Owner. The Contractor shall provide a list of all manufacturers whose technicians will perform this work. The Contractor shall also provide a certified calibration report stating that each instrument shown or specified in the Contract Documents has been installed, tested and calibrated per manufacturer's recommendations and per these Contract Documents. D. Follow -Up Services: After the acceptance of the system, the Contractor shall make four trips to the project site for calibration and adjustment of all the instruments and devices, including the In -Plant SCADA system. The first trip shall be 3 months after acceptance of the complete system, and thereafter every 3 months for a total of four trips. These trips are in addition to all warranty items, and shall be at no extra cost to the Owner. The Contractor shall provide the services of a trained technician for each trip with appropriate calibration and testing instruments. All defects shall be immediately remedied. The trips shall be coordinated with the Owner. E. All control software developed for this contract shall be delivered to the Owner stored on electronic media in a format suitable for installing on the existing equipment and new Page 6 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS —40 90 00 May 2015 Technical Specifications for Construction equipment installed under this contract. This includes all source code, complied code, link libraries, run-time libraries or other modules necessary to recreate an operational system in the event of a catastrophic failure or cessation of business by any of the Contractors. In addition, copies of all data bases and necessary associated files as configured after the final test shall be supplied on the same medium. PART 3 EXECUTION (NOT APPLICABLE) END OF SECTION Page 7 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS —40 90 00 This page intentionally left blank May 2015 Technical Specifications for Construction SECTION 40 90 01 INSTRUMENTATION PART1 GENERAL 1.1 Work Included A. Furnish labor, materials, equipment and incidentals necessary to install all equipment for complete instrumentation and controls. Contractor's work shall include but not be limited to the following: 1. Installation of equipment furnished under this contract. 2. Interconnections between equipment furnished under this contract. 3. Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or that furnished and installed under other contracts. B. The Contractor's attention is directed to the fact that instrumentation is an integrated system and as such shall be furnished by one vendor or system integrator who shall provide all the equipment and appurtenances, regardless of manufacture, and be responsible to the Contractor for satisfactory operation of the entire system. C. Supervision, labor, tools, and materials necessary for installation of the instrumentation equipment and material furnished herein and their interconnection shall be provided by the Contractor. Installation work shall conform to applicable city, state, and national building and electrical codes. D. Coordinate the work of the system manufacturer's service personnel during construction, testing, calibration and acceptance of the instruments. 1.2 Quality Assurance A. General: Equipment shall be the Manufacturer's latest and proven design. Specifications and drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system shall be compatible with the functions required and the equipment furnished by the Contractor. B. Operating Voltage: Electrical components of the system shall operate on 120 -volt, 1 -phase, 60 -Hertz, except as otherwise noted in the specifications. C. Power Supplies: The drawings and specifications indicate the energy sources that will be provided. Any other devices or power supplies necessary to obtain proper operation of the instrument system from these energy sources shall be furnished with the instrumentation. D. Protection: 1. The instrumentation system supplier shall be responsible for input-output isolation of all incoming and outgoing signals. 2. Each 4-20 mA DC process measurement current loop installed on this contract shall be protected by insertion which extends outside control room shall be protected by insertion of a 1/16 -amp fuse, Buss Type MKB. Fuses shall be installed in standard fuse blocks. 3. The necessary fuses or switches required by the Instrumentation Manufacturer for his equipment shall be provided with the equipment. The instruments requiring an internal power supply shall have an internal On -Off switch. E. Input/Output: 1. In general and unless specifically stated otherwise, inputs and outputs involving instrumentation systems shown shall be 4-20 mA ❑C process measurement signals. Current loop isolators, current repeaters, or other signal isolators shall be furnished and installed as required to meet instrument specifications and to make instrumentation system fully operational. Page 1 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction 2. Pair shielded cable, as specified in Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables" shall be used for all 4-20 mA DC loops. F. Manufacturer's Representative for Startup and Testing of Sample Pumps: Furnish services of manufacturer's technical representative to inspect equipment installation, supervise initial start-up and operation of the equipment and provide Owner instruction and follow up. 1.3 Submittals The latest edition of the referenced item below shall be used. A. Submittals shall be provided in accordance with Section 01 33 00 "Submittal Procedures" and shall include: 1. Shop Drawings: a. Shop drawings shall be submitted to the Engineer for approval before fabrication or shipment to the job. Equipment shall not be fabricated or shipped to the job before receipt of approved shop drawings from the Engineer. Submittals for approval shall include: (1) Component manufacturing data sheet indicating pertinent data and identifying each component by item number and nomenclature. (2) Component drawing showing dimensions, mounting, and external connection details. (3) A system piping schematic and wiring schematic each on a single drawing with full description of operation. (4) Complete schematic diagram of each piece of electrical and electronic equipment including electrical valves and tolerances for each component. Component identification on the schematic shall be as described above. b. Following approval, the manufacturer shall be responsible for preparation of the required sets of these drawings for distribution as indicated in Division 00 and Division 01 specifications. c. Shop drawings submitted for all equipment furnished under this Section of the specifications, shall be submitted at the same time in the same package. Partial submittals will not be reviewed. 2 Sales bulletins and other general publications are not acceptable as submittals for approval. 3. Operation and Maintenance Manuals: a. Operating instructions shall incorporate a functional description of the entire system including the system schematics which reflect "as -built" modifications. Wiring diagrams shall be furnished as a part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions as specified in Section 26 05 19 "Low - Voltage Electrical Power Conductors and Cables" shall be followed. b. Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. 1.4 Standards A. The applicable provisions of all standards listed in this specification shall apply as if written here in their entirety including but not limited to: 1. American Society for Testing and Materials (ASTM) Standards: ASTM A126 Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings Page 2 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction ASTM B61 Specification for Steam and Valve Bronze Castings 1.5 Job Conditions A. Spare Parts: 1. Furnish all standard recommended spare parts as indicated in the Manufacturer's instruction manuals, for each component in the system. 2. Furnish the following non-standard spare parts: a. One of each type of etched or printed circuit board. b. Six indicating lights for each type of control and switch module. c. One box of each different type and size of fuses. d. One servo positioner for each type receiver. B. Special Tools: Furnish a kit which contains special size wrenches and other types of tools, not normally available, which are necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this Section of the specification shall be furnished. PART2 PRODUCTS 2.1 Remote Equipment A. Controls for remote electrically operated or motor driven equipment shall be complete, including the necessary auxiliary relays so as to require only wiring and connections to the equipment control circuit. Contacts for control of remote motor operated or electrically operated equipment shall be rated not less than 10 amperes at 120 volts unless otherwise specified herein. B. Remote motor operated or electrically operated equipment shall have a separate 120 -volt control circuit which operates through the dry contacts provided by the instrumentation system. 2.2 Enclosures/Panels A. Enclosures and panels as indicated on the plans and in this specification shall be furnished, installed, and wired. Enclosures shall be NEMA 4X stainless steel for outdoor environments and NEMA 1 enclosures for indoor environments, unless specifically stated otherwise. 2.3 Tubing A. Instrument tubing shall be Type L hard drawn copper tubing conforming to Fed. Spec. WW - T -799b, and ASTM B88 for seamless copper tubing for use with or flared fittings. Hydraulic connections to instruments shall be made with separable stainless steel Swagelok fittings so that fittings may be separated and reassembled without reworking tubing ends and without incurring any leaks. B. Tubing shall be 1/4 -inch trade size (OD = 0.375 inch, ID = 0.315 inch, wall thickness = 0.030 inch), shall be rated for 810 psi working pressure at 150 F and shall be manufactured by Halstead or approved equal. Flared fittings shall be brass flared fittings as manufactured by Parker or approved equal. 2.4 VenturiFlow Tubes A. Tubes shall be of the pressure differential producing type constructed of cast iron, ASTM A126, Grade B. B. The throat liner shall be constructed of bronze, ASTM B61. C. Uncalibrated accuracy shall be within plus or minus 0.5 percent of actual rate. Head loss shall not exceed 6.0 percent. Page 3 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction D. The entrance Section shall consist of the uniform arc of a circle, the radius of which shall be continuous with the throat. E. Provide flanges that match the pipe on which the flow tubes are attached. The flanges shall meet the specifications for the pipe as specified in this document. Determine that the flow tube is compatible with the pipe as indicated on the plans and specifications. F. The metering element shall not have debris collecting cavities or annular chambers, but shall have a single pressure connection at the inlet and throat. In addition, vent ports and drains shall be included on a 90 -degree plane to the metering taps. Brass of 316 stainless steel ball valve type process block valves shall be connected at the high and low meter taps. G. The Manufacturer shall furnish certified data substantiating tube proportions and performance. The data shall include: 1. Coefficient values of tolerance. 2. Effects of upstream configurations. 3. Head loss as a function of the velocity head expended. H. The flow tubes shall be Type PMT as manufactured by the Badger Meter Manufacturing Company, Milwaukee, Wisconsin, or other approved equal with a lab test of uncalibrated accuracy and loss measurement for each of the flow tubes furnished or an exact duplicate of each. Tag Service Flow Range Differential Press. Range Line Size 2.5 Insert VenturiFlow Tubes A. Furnish and install concentric low head loss type insert flow tubes complete with head recovery section as indicated on the plans. The upstream entrance section, holding flange, and downstream recovery core section shall be of carbon steel. The throat liner shall be stainless steel and shall include an internal annulus from which the low pressure metering taps shall be made through the holding flange, requiring no drilling or tapping of the pipeline itself. The entrance shall be nozzle type, the radius of which shall be continuous with the throat section. There shall not be any protrusion, sharp -edged annulus, or slot, or other sediment collecting areas exposed to the flow stream. B. High and low pressure ports shall have isolation valves. C. The Manufacturer shall furnish certified data substantiating tube proportions and performance. The data shall include: 1. Coefficient values and tolerance. 2. Effects of upstream configurations. 3. Head loss as a function of the velocity head expended. D. The insert flow tubes shall be Type PMT -IF as manufactured by the Badger Meter Mfg. Company, Milwaukee, Wisconsin, or approved equal. Tag Service Flow Line Size Throat Diameter (in.) Page 4 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction 2.6 Orifice Plates A. Orifice plates shall be 316 stainless steel, concentric bored, with 300 psi forged steel flanges. Orifice shall be bored per ISA recommended practices RP3.2 for puddle type orifice plates. Flanges shall conform to ANSI pressure ratings, threaded type with raised face, and 1/2 -inch NPT pressure taps. Holding rings shall be Type 316 stainless steel. B. Orifice plates shall be Taylor model 7-20, Foxboro or approved equal. Tag Service Size 2.7 Parshall Flume A. The parshall flume shall be constructed of fiberglass reinforced polyester resin laminate. Throat size shall be 9 inches. The flume shall have accurate internal dimensions conforming to those shown in the latest revisions of United States Department of Agriculture Circular 843. Flume shall be molded in one integral piece containing the approach, throat, and downstream section. B. The inside surface of the flume shall be smooth and free of any irregularities. The flume shall have a minimum 114 -inch wall thickness, be self-supporting and require no external supporting structure, and be provided with sufficient flanges, reinforcing ribs, and/or anchoring ribs to prevent distortion during shipment, installation, and operation as well as providing for permanent anchorage in the concrete. C. The one-piece flume shall be ready and suitable for setting in the channel formwork, prior to pouring the concrete or shall be suitable for grouting into place in boxouts provided in the structural concrete. The flume shall be furnished with fiberglass tie strips or aluminum tie rods across the top of the flume to retain the vertical sides during concrete placement. Depending upon configuration, ties can be removed or remain in place after construction and during operation. Unit shall be provided with an integrally cast level sensor mounting track. Mounting track shall be compatible with specified level instrumentation. D. Cook's gelcoat no. 944L181 shall be used to produce a blue flame color. Parshall flume shall be by Badger Meter, Inc., Tulsa, OK or approved equal. Tag Size Service Range 2.8 Palmer Bowlus Flumes A. Palmer-Bowlus flumes for installation in the pipeline channel shall be fiberglass reinforced polyester including an integral approach section. The flume shall have an integral mounting track for an ultrasonic sensor for flowrate measurement in the flume. The inside surface shall be white gelcoat, smooth, and free form irregularities. The outside surface shall be provided with clips suitable for anchoring to concrete. B. [The entrance and exit ends shall be U-shaped and the flume shall have an inside radius the same as the inside radius of the pipeline in which it is installed.] [The entrance and exit ends shall be supplied with end bulkheads to fit into circular channel having a radius the same as the pipeline in which it is installed.] The flume shall be molded of isophthalic polyester resin and fiberglass to form a minimum wall thickness of 3/16 inch throughout (18 size and larger to 1/4 -inch thick minimum). Flume shall be as manufactured by Plasti-Fab, Tualatin, Oregon or approved equal. Page 5 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction Tag Size Maximum Laying Length Service Range 2.9 V -Notch Wier Plate A. V -Notch weir plates shall be constructed of the dimensions indicated on the plans and shall be constructed of 114 -inch thick 3003-H14 aluminum plate as sold by Reynolds Aluminum Co., Grand Prairie, Texas or approved equal. Tag Service 2.10 Doppler Type Sonic Flow Transmitter A. Sonic flow meters shall be of the Doppler type consisting of a sensing element and a transmitter. Transmitter shall be powered by 120 -volt, 60 -Hertz, 1 -phase. Transmitter shall provide for indicating, totalizing, signal strength indication and transmitting of flow rate in a full pipe. The rate indicator shall be a 6 -inch length circular dial with up to 100 divisions reading directly in GPM or MGD. A signal strength meter with separate loss -of -signal indication shall be provided with circuitry to drive all outputs to zero upon loss of signal. The sensor shall be of the twin -crystal type containing a separate transmit and receive device designed to operate continuously at temperatures of 300 F and shall be supplied as a single submersible assembly with jacketed flexible armored cable. The sensing element circuitry shall be solid-state and transformer isolated and designed to meet intrinsic -safe requirements. B. Transmitter shall be housed in a NEMA 4X enclosure with gasketed shatter -proof window for rate indicator and analog signal strength indicator and shall be corrosion resistant. Electronic circuits shall to be Mil -Spec coated with anti -fungus compound. Transmitter shall include a calibration dial and adjustments for sensitivity, span and zero. Housing shall be suitable for wall and pipe stand mounting. Transmitter output shall be 4-20 mA DC in 1000 ohms proportional to flow and optically isolated. C. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightening -produced voltage spikes and other transient surges. D. Linearity shall be within plus or minus 0.5 percent full scale, repeatability shall be within plus or minus 0.1 percent accuracy shall be within plus or minus 2.0 percent full scale. Transmitter shall be able to operate within a temperature range of -10 F to +140 F. E. Sonic flowmeters shall be guaranteed to perform satisfactorily in the application described below or the purchase and removal costs shall be refunded to the Owner in the event of failure. Sonic flowmeters shall be Polysonics Model UFM-84. Tag Service Range Page 6 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction 2.11 Transit Time Ultrasonic Flow Transmitter A. An ultrasonic flowmeter shall be installed on the piping as indicated on the plans and mounted in accordance with the Manufacturer's recommendations. The flowmeter shall consist of two acoustic sensors, their associated mounting hardware, an electronic transmitter and accessories as required for the installation. The flowmeter shall produce a 4- 20 mA DC signal, linear with the flow in the pipe over the specified flow range. The flowmeter shall be Panametrics DF 868. Mounting of the primary element shall be certified acceptable for seismic qualification as specified in "IEEE Recommended Practice for Seismic Qualification of Class 1E Equipment for Nuclear Power Generating Stations" by an independent laboratory. B. Two flow sensors shall be permanently mounted to the pipe to insure accurate and stable measurement of flow. The sensors shall be positioned in accordance with the Manufacturer's specifications with factory approved methods. Mounting templates and/or fixtures for sensor attachments shall be provided by the manufacturer. C. A junction box shall be mounted on the pipe, and each acoustic sensor shall be connected to this box. The electrical cables between the sensor mounting site and the junction box shall be contained in a flexible, water -tight, submersible electrically -conductive conduit. Wiring between the junction box and the electronic transmitter housing shall be as described in these specifications and all cable and wiring from sensor to flow indicating transmitter shall be in conduit. D. For external non -penetrating sensors, stainless steel mounting bands shall be placed about the pipe circumference to secure the sensor brackets; the mounting bands shall have sufficient strength to maintain accurate sensor position. Positioning of the sensor mounting brackets shall be in accordance with the Manufacturer's specifications. E. The acoustic sensors shall be securely held in the sensor brackets and shall transmit acoustic energy through the (steel, cast iron, plastic) pipe wall for measurement of flow. The transducer design shall not penetrate the pipe wall, reduce or alter the process vessel integrity. Installation or maintenance on the primary element shall not cause process shutdown. Sensor design shall allow for high pressure stream cleaning and/or pig cleaning in the pipe without damage to the sensor. F. The transmitter shall contain all circuitry necessary to utilize signals from the acoustic sensors and shall produce an isolated accurate 4-20 mA DC signal linear with the flow rate. The unit shall be enclosed in a NEMA 4X outdoor housing suitable for wall or pipe mounting remotely for location up to 1000 feet from the primary element. G. Setting of zero and span of the unit shall be easily accomplished and shall be non - interactive. Flow signal response time and damping shall be adjustable. The meter shall be readily re -scaled for different flow ranges. H. Accuracy shall be unaffected by changes in suspended solids or fluid density for the application range. I. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightning -produced voltage spikes and other transient surges. J. Flow sampling shall be at a minimum rate of 150 samples per second, and the unit shall be able to operate with as few as 2 percent of the samples taken successfully. Unit shall have local indication of signal strength. In the event of prolonged loss of acoustic signaling in the fluid, the unit shall indicate the condition by an internal status light and shall provide for an external alarm connection. During periods of loss of signal the unit shall indicate zero flow. K. The output flow signal from the electronics shall be 4-20 mA DC operating into a maximum of 1000 ohms. The output signal shall indicate true volumetric flow to within plus or minus 2 percent if actual or plus or minus 0.02 fps, whichever is greater. L. A space heater shall be included to maintain the interior temperature of the electronics enclosure above the dew point temperature. M. The unit shall operate with 1171230 -volt (plus or minus 10 percent), 60 -Hz electrical power. Page 7 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction Power requirements shall be less than 250 watts outdoor, with space heater. The unit shall function over an ambient temperature range of -40 F to +150 F (-40 C to +65 C) outdoor. N. External wiring connections shall be made via well -marked terminal blocks. O. The electrical signaling cable shall be supplied by the Flowmeter Manufacturer and shall be installed in an exclusive 1 -inch metallic conduit, electrically continuous from the sensor junction box to the transmitter housing with a conduit drain at the conduit entrance through the flow sensor vault wall as shown in detail on the plans. P. Electronics and circuit boards shall be coated with permanent (not topicalization or anti - fungus coating) clear plastic type coating, Plasite 7122 or equal, to prevent corrosion from hydrogen sulfide, chlorine or moisture. Wiring conductors shall be tinned. Screws shall be stainless steel or plated with nickel. No exposed relay contacts, exposed copper, or exposed brass surfaces shall be allowed. Q. Flow indicating transmitter shall have a totalizer installed which integrates measured flow and displays this total at front face of enclosure. Totalizer shall be resettable by switch inside the enclosure and totalizer display shall be liquid crystal type with six digits, minimum. Totalizer reading shall be retained during power outage. Flow indicating transmitter shall be housed in NEMA 4X enclosure. R. Flowmeters shall be guaranteed to perform satisfactorily in the applications described above or the purchase and removal costs shall be refunded to the Owner in the event of failure. Tag Service Range 2.12 Sonic Flowmetering/Indicating/Recording)Totalizing Instrument A. A sonic flowmetering/recording instrument shall be installed to measure flow at the flume locations in this project. The unit shall have microprocessor -based electronics, a font panel menu -driven keyboard and shall produce an isolated 4-20 mA DC signal proportional to the flow, which shall be recorded on a 12 -inch circular chart recorder and displayed on an eight digit totalizer after integration. The flowmeter shall be self -compensating for ambient temperature conditions. The flowmeter shall have as standard four relay outputs available for alarm conditions, sampling or pulsing external totalizers. The unit shall be capable of simulating flow without any external devices for verifying outputs and calibrations. Totalizer display shall always be retained after power failure without battery backup by the use of an EEPROM. B. Acoustic Sensor and Mounting Equipment: The acoustic sensor shall be permanently mounted at the measuring site and positioned according to the Manufacturer's approved method. Sensor mounting adaptor shall be supplied by the Manufacturer. The cable from the sensor to the electronics box shall be installed in an exclusive 3/4 -inch rigid aluminum conduit. The sensor shall have built-in temperature compensation to maintain accuracy. The sensor shall be capable of an indefinite submergence of 30 feet without degradation. The sensor shall function over an ambient temperature of -20 F to +160 F. C. Transmitter Specifications: The transmitter shall contain all necessary circuitry and built in H/Q relationship for Parshall Flumes, Palmer-Bowlus Flumes and V -Notch Weirs to utilize the signal from the acoustic sensor and shall produce an accurate 4-20 mA DC flow signal. An RS -232 serial port connection shall be provided for computer interface for real-time communications. The transmitter shall be supplied with an LCD indicator to display flow rate and flow total and their respective flow units and multipliers. The display shall indicate if there is a fault or an alarm condition. The transmitter shall also produce four relay output connections for external alarms, sampling or pulse output to drive remote totalizer. The unit Page 8 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction shall function over an ambient temperature range of -40 F to +150 F. Totalizer shall be such that display x 1000 = gallons. D. Recorder: none. E. Unit shall be Panametrics DI 868. Tag Service Range 2.13 Electromagnetic Flow Transmitter A. Flow element shall be of the electromagnetic type utilizing the pulsed DC type coil excitation principle with high preamp input impedance. The flow measuring system, consisting of low element, transmitter, and appurtenances, shall have an overall accuracy of plus or minus 1 percent of rate with a 10:1 turndown for all flows resulting from pipe velocities of 1 to 31 fps. Stream fluid meter size and flow range shall be as noted. System shall operate a 120 -volt (plus or minus 10 percent), 60 -Hz power. Unit shall have zero stability feature thereby eliminating the need to stop flow to check zero alignment. B. The flow element shall be of water -tight, NEMA 4 construction, unless otherwise noted. Meter shall consist of a 30455 meter tub, 150 pound ANSI carbon steel raised -face flanges, teflon liner, and 316SS electrodes, unless otherwise noted. Electrodes shall be either flush or bullet nose type. Suitable covers shall be provided for flow elements ends to protect the tube liner during shipment. Liners for magnetic flowmeters shall be neoprene. C. Remote flow transmitter shall be indicating and suitable for wall mounting. The transmitter output shall be a 4-20 mA DC signal in linear proportion to flow and shall dive loads with impedances in the range of 0 to 800 ohms without load adjustments for a 24-VDC supply. Output span and zero shall be manually adjustable. Both transmitter and primary element shall be powered from the same 120 -volt, 60 -Hz source. D. Sufficient special cable shall be provided for interconnection between the flow element and the transmitter. Cable(s) shall facilitate both signal and power for the flow element (120 -volt, 60 -Hz power will be made available at the transmitter). Special cables shall be installed in conduit. E. Electromagnetic flowmeters shall be Toshiba or approved equal. Tag Flow Range Line Size Stream Description Service F. Stream Description: 1. Primary Sludge: Heavy organic solids in aqueous suspension, 3 to 5 percent by weight, some organic grease, occasional carbon fines and grit, 40 to 70 F. 2. Activated Sludge: Light filamentous organic solids in aqueous suspension, 2 to 3 percent by weight, 40 to 70 F. Page 9 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction 2.14 Differential Pressure Flow Transmitter A. Flow transmitters shall be of the thin film strain gage, solid state electronic type having a 4- 20 mA DC output signal proportional to the calibrated differential pressure range. The transmitter shall have wetted parts of 316 stainless steel and a Hastelloy C diaphragm. The transmitters shall have a hermetically sealed enclosure with externally adjustable span and zero, and an accuracy of plus or minus 0.25 percent of span. Transmitter mounting bracket shall be furnished. B. Transmitters shall be Rosemount 3051 Series, or approved equal. Each transmitter shall include an integrally mounted transient protector, Gould Model TP -114, or approved equal, to protect the instrument against lightning -produced voltage spikes and other transient surges. Each transmitter shall be furnished with a 316 stainless steel service block and zeroing manifold with Normal, Zero, Blocked, Calibrated and Blowdown functions, Rosemount 3051, or approved equal. Tag Service Flow Range Differential Pressure 2.15 Filter Loss of Head Transmitters A. Filter loss of head transmitters shall be of the thin film strain gage, solid state electronic type having a 4-20 mA DC output signal proportional to the calibrated differential pressure range. The transmitters shall have wetted parts of 316 stainless steel and a Hastelloy C diaphragm. The transmitters shall have an adjustable span and zero, an integral junction box with an output meter reading of 0-100 percent, a 316 stainless steel three-valve manifold, and an accuracy of plus or minus 0.25 percent of span. Each transmitter shall be provided with a sediment trap and strainer. B. Transmitters shall be Rosemount 3051, or approved equal. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightning -produced voltage spikes and other transient surges. Each transmitter shall be furnished with a 316 stainless steel service block and zeroing manifold with Normal, Zero, Blocked, Calibrate, and Blowdown functions. Transmitters shall be as follows: Tag Service Range 2.16 Pressure Transmitter A. Pressure transmitter shall be of the thin film strain gauge solid state electronic type having a 4-20 mA DC output signal proportional to the calibrated pressure range. The transmitter shall have 316 stainless steel wetted parts and Hastelloy C diaphragm. The transmitters shall have a hermetically sealed enclosure with externally adjustable span and zero, an integral junction box and an accuracy of 0.25 percent of span. B. Range limits of transmitter shall be 0-40 to 0-200 psi. Each transmitter shall include an integrally or externally mounted transient protector to protect the instrument against lightning produced voltage spikes and other transient surges. Each transmitter shall be furnished with a three-valve manifold with Normal, Zero, Block, Calibrate and Blowdown functions and shall be DIA PTM6 or approved equal. Transmitter shall be Rosemount 3051. Page 10 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction Tag Service 2.17 Float Type Level Transmitters A. Transmitters shall be of the solid-state electronic type having a 4-20 mA DC output signal proportional to the measured level. Transmitters shall have a 6 -inch copper float and stainless steel tape. Transmitters shall have an indicator reading 0-10 linear. Transmitters shall be furnished with a weatherproof enclosure and pulley cover for outdoor service. Transmitter shall be Bristol Series 2008, or approved equal. Tag Service Range 2.18 Tape Level Transmitter A. Furnish and install a purely resistive type level sensor, Metritape Type LS -NC or equal, at the location indicated on the plans. Sensor shall be a resistance shorting type of 30.5 ohm/ft. resistance with a nominal actuation sensitivity of 0.2 psi. Sensor shall be installed in a 2 -inch Schedule 80 perforated PVC still pipe having an 8 -by -8 -by -6 -inch PVC top housing including a breather assembly and a plug-in compact 2 -wire transmitter Series 710 convert sensor resistance into a linear 4-20 mA output signal. The level measuring system shall be as manufactured by Metritape, Inc. P.O. Box 23266, Littleton, MA 01460, or approved equal. Tag Service Range 2.19 Ultrasonic Level Transmitter A. Unit shall be ultrasonic type, continuous level measuring system consisting of level element, transmitter, and cable for connection from level element to transmitter. B. Level element shall be ultrasonic type transducer. Transducer shall be of water -proof construction rated NEMA 4X with operating range of -10 to +120 F at 1 atmosphere. Transducer shall be furnished with 1 -inch NPT nipple for mounting. C. Transmitter shall contain solid state controls to operate transducer and to provide a 4-20 mA DC output signal in linear proportion to the level being sensed. Transmitter shall be provided with output indicator meter and shall have an operating range of 30 to 120 F. Transmitter scale range shall be as noted. Transmitter shall be mounted in a NEMA 4X enclosure, suitable for wall mounting. D. Level system shall have an overall accuracy of plus or minus 0.5 percent of full scale and shall operate on 12 -volt, 50/60 -Hz power. E. Transmitter shall provide up to three discrete outputs, adjustable over the entire scale range. Page 11 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction At the noted set point, unit shall transfer SPDT contacts which shall be rated for 5 amperes, continuous, at 120 VAC. Set points shall be screwdriver adjustable from inside the enclosure and shall be repeatable within plus or minus 1 percent of full scale. F. Interconnecting cable between transducer and transmitter shall be furnished with the unit with length as indicated. G. Unit shall be Drexelbrook Usonic R or approved equal. Unit Tag No. Parameters 2.20 Transducer Level Transmitter A. Level transmitter shall be Drexelbrook Usonic R, submersible level transducer type and shall consist of three elements: the lower assembly, the connecting cable, and the upper assembly. B. The lower assembly shall have a 316 stainless steel housing and a head pressure sensing bottom teflon -faced diaphragm with an internal, variable capacitance gauge pressure transducer assembly. C. The connecting cable between the upper and lower assemblies shall have a 1/2 -inch O.D. polyurethane jacket, a three conductor shielded 16 AWG cable and an integral breather tube which is part of the vital sealed breathing system. D. The upper assembly houses the system signal conditioning and transient protective electronics, job connections terminal block and the expansion bag of the sealed breathing system. The housing shall be a fiberglass housing within a sheet aluminum enclosure. The aluminum outer enclosure is described below. The fiberglass enclosure shall have a rubber gasketed front door with stainless steel hinge and a labyrinth seal vent on the side such that atmospheric pressure has access to the expansion bag of the sealed breathing system. E. The upper assembly electronics shall be loop powered from a separate loop power supply and shall provide a 4-20 mA DC level signal output. Accuracy shall be plus or minus 0.3 percent of span and operating temperature range shall be 0 to plus or minus 70 C. Transmitter shall be factory calibrated for feet of water and shall be Consolidated Electric Model 157 GSCD with 1/8 -inch diameter, 7 by 19 stainless steel cable and 1 -inch stainless steel pipe with coupling, bolt, cable clamps and other hardware as necessary for cable suspension mounting, Consolidated Electric Part Nos. 601203-01-A and 801594-01. F. The level transmitter shall be pedestal mounted. The pedestal mounting consists of a hollow cast aluminum base with removable door, a 4 -inch aluminum pipe thread into the base and a cast aluminum slip fitter which is the attachment point for the sheet aluminum enclosure. The sheet aluminum enclosure shall be ventilated through openings. A thermostatically operated 120 -VAC ventilation fan shall provide forced air cooling. A thermostatically operated enclosure heater shall warm the enclosure interior in cold weather. G. Pedestal mounting components shall be as follows: Parts (Chambersburg, PA) Catalo. No. Cast Aluminum Base 231649 4" Aluminum Pi.e 24" Lone 231652 Sli.-fitter 231644 Ventilation Fan 230220 H. Enclosure heater shall be 200W, thermostatically controlled and shall be Hoffman Page 12 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction Engineering Company (Anoka, MN) A-DAH2001FT. Enclosure shall be made of 5052-H32 sheet aluminum alloy which is 0.125 inch thick. Enclosure shall be large enough to house instrument(s) in each case but shall be 30 inches high by 24 inches wide by 8 inches deep as a minimum. Enclosure shall be by Hennessy Products, Chambersburg, PA. Tag Service Range 2.21 RTD Transmitter A. Transmitter shall accept an input from a 100 -ohm platinum two or three wire RTD. Temperature measurement range shall be selectable with a DIP (dual inline package) switch. Transmitter shall produce a 4-20 mA DC output input and be powered by an external power supply. Unit shall be capable of measuring and transmitting temperatures over the range 0 to 1000 F. A 3-1/2 digit, 0.8 -inch high liquid crystal display (LCD) shall provide visibility up to 30 feet and the decimal point position shall switch selectable. Unit shall provide 80 percent zero and span adjustability within any user selected input range. B. In addition, the enclosure shall be rated NEMA 4 and the NEMA 4 rating shall not void the explosion -proof ratings. Transmitter shall be Action Instruments F513 or approved equal. Tag Service Range 2.22 Indicating/Circular Chart/Recording/Totalizing Treatment A. None: all recording shall be implemented in SCADA. 2.23 Indicating Strip Chart Recorders A. None: all recording shall be implemented in SCADA. Note to Specifier: Revise for each project. Tag Service Scale Alarms 2.24 Indicating/Totalizing Strip Chart Recorders A. None: all recording shall be implemented in SCADA. Page 13 of 22 INSTRUMENTATION — 40 90 01 May 2015 2.25 Integrators A. None: all integrating shall be implemented in SCADA. Technical Specifications for Construction 2.26 Totalizers A. None: all totalizing shall be implemented in SCADA. 2.27 Process Indicators A. Indicating receivers shall be of the high visibility type and shall receive and indicate a 4-20 mA DC signal on a vertical scale 4 inches long with an accuracy of plus or minus 0.6 percent of span. Each indicator shall have an engraved nameplate to identify the service. Indicators shall be Red Lion Model LD, or approved equal. Adjustable alarm contacts shall be furnished as tabulated below: Tag Service Scale 2.28 Current Loop Isolators A. Current isolators shall accept an input of 4-20 mA DC and produce a linearly proportional 4- 20 mA DC output signal. Accuracy shall be plus or minus 0.1 percent of scale. Isolators shall operate on 115 VAC, 60 Hz. Output load capability shall be a minimum of 1500 ohms. Current isolators shall be Acromag Model 816, or approved equal. Tag Service Location 2.29 Current Alarm Modules A. None: all alarming shall be implemented in SCADA. 2.30 Track and Hold Modules A. None: implemented in SCADA. 2.31 Square Root Extractors A. None: implemented in SCADA. 2.32 Instrument Panel A. Furnish and install the instrumentation panel at the location indicated. The Cabinet shall be made of 14 gauge steel with an 11 gauge mounting panel inside. Dimensions of the cabinet shall be 70.87 inches high by 31.50 inches wide x 15.75 inches deep. Cabinet shall have a hinged front door and shall be Hoffman or approved equal. Page 14 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction B. The front door mounted instruments shall be as indicated. In addition, this cabinet shall contain backplane mounted instruments and equipment. Instruments and equipment which are not indicated to be mounted on the front door by the plans shall be mounted on the backplane of the instrument panel. C. Relays contained in this cabinet shall be 3PDT, shall have 120 -VAC coils, shall each have a pilot light indicating energized coil, and shall each be mounted in a plug in socket with relay retainer clip and screw terminals. Relays shall be Square D KU13M1P14 or approved equal. The instrumentation panel shall contain _ relays. D. Timing relays in the instrument panel shall be "on delay" type relays and shall be settable with range selector switch and three thumbwheel switches. Timing relays shall be for 120 - VAC operation and shall be Square D JCK6OV20 with screw terminal mounting socket and restraining strap. The instrumentation panel shall contain _ timing relays. E. Indicating lamps on the front door shall be rated NEMA 4X, shall have a LED cluster type of lamp, operated on 120 -VAC and shall be push to test. Indicating lamps shall be Square D SKT38LAA31 or approved equal. The instrumentation panel shall contain _ indicating lamps. F. Pushbuttons and rotary switches shall be Square D Class 9001 or approved equal. The instrumentation panel shall contain _ pushbutton switches and _ rotary switches. G. Instrument panel wiring shall be as follows: 1 Single conductor wire shall be stranded, tinned 18 AWG and TEW insulation, as manufactured by American Insulated Wire or approved equal. Color coding shall be purple for ungrounded conductors and white for grounded conductors. 2. Pair shielded cable for 4-20 mA DC loops shall be as specified in Section 26 05 19 "Low - Voltage Electrical Power Conductors and Cables." 3. Each conductor terminated under a screw head shall have a crimp on spade terminal applied to its end prior to its termination. 4. Each conductor has its own number and no number is used more than once. 5. The number of each wire is placed at both ends of the wire next to its end according to wire tagging instructions as specified in Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables." 6. The wire numbers, as actually installed, match the numbers on the shop drawings, O&M manuals and wiring diagrams for this instrument panel. 7 Wiring shall be run enclosed in plastic wireway wherever possible. Wireways shall be installed as required to enclose panel wiring. Where the use of plastic wireway is not practical, conductors shall be bundled and run open. Conductors run open shall be bundled and bound at regular intervals not to exceed 6 inches with nylon ties, or approved equal. Wires within a bundle are to be run parallel to one another and not twisted. Bundles shall have a uniform appearance, circular cross-section, and shall be securely fastened to the panel framework. Conductors carrying different voltages that are from the same source may occupy the same wireway provided all are insulated for the maximum voltage of any conductor in the wireway. Wiring carrying voltages that originate at different source shall not run in the same wireway. 8. Terminal strips shall be installed for wire terminations and shall be Allen-Bradley 1492 H1. Each terminal strip shall have hinged marking surfaces which snap on. These marking surfaces shall have typewritten labels glued to its surfaces with Elmer's Glue All. Typewritten labels shall denote terminal strip numbers and shall match numbers shown on shop drawings, O&M manuals and wiring diagrams. Marking surfaces shall be Allen- Bradley 1492-N41 and labels shall be Allen-Bradley 1492-N43. Inputs to SCADA RTU shall be brought to terminal strips in the instrument panel in for connection to the SCADA RTU which shall be by others in the future. H. Provide a specification grade single pole toggle switch, P&S 501-1 or approved equal, and a Page 15 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction general purpose fuse, Gould Shawmut OTM or approved equal, with fuse holder for control power control inside the instrument panel. Fuse rating shall be adequate to power all instrument panel loads but shall not be greater than 10 amps. I. A print pocket shall be provided in the panel and shall contain an 11 x 17 control schematic and an 11 x 17 wiring diagram or diagrams. The wiring diagram shall contain all wire numbers, device names and terminal numbers. Drawings shall be laminated in clear plastic for preservation of the drawings. 2.33 Raw Water Pump Control Switches A. Pump Control Switches shall be Honeywell Micro Switch Type CMC, or approved equal. Switches shall be two -position maintained contacts, four 6.3 -volt indicator lamps with 120 - VAC transformers and Electronic Duty gold contacts. The red and green quadrants shall be connected to light only when receiving the respective RUN or STOP pump status. The white quadrant shall be lighted continuously for identification of the pump. Pump control stations shall have legend plate and colored LED lamp inserts as indicated. 2.34 High Service Pump Control Switches A. Pump Control Switches (H-_ through H-_) shall be Honeywell Micro Switch Type CMC, or approved equal. Switches shall be three -position maintained contacts, four quadrant display, four 6.3 -volt indicator lamps with 120 -VAC transformers and 10 -amp heavy duty contact blocks. The yellow quadrant shall light when the switch is in the HAND position. The red quadrant shall light only when receiving the respective RUN pump status. The green quadrant shall light only when receiving the respective STOP pump status. The white quadrant shall be lighted continuously for identification of the pump. Pump control stations shall have legend plate and colored lamp inserts as indicated. B. Lead Pump selector switch (LPS) shall be Honeywell Micro Switch Type CMC, or approved equal. Switch shall be two -positioned maintained contacts, four 6.3 -volt indicator lamps with 120 -VAC transformers and 10 -amp heavy duty contact blocks. The amber quadrants shall be connected to light when switched to the respective pump position. The white quadrant shall be lighted continuously for identification. Lead pump selector switch shall have legend plate and colored lamp inserts as indicated. 2.35 Flow Controllers A. None: implemented in SCADA. 2.36 Level Controller A. None: implemented in SCADA. 2.37 Process Controller A. None: implemented in SCADA. 2.38 Annunciator A. The annunciator shall be a 24 -point solid state annunciator, Panalarm Model 73B64, or approved equal. Cards shall be provided for all windows plus five spares. Controls shall include warble tone horn, Test and Acknowledge pushbuttons. A remote warble tone horn shall be installed in the as indicated by the plans. The remote horn shall operate in time sequence with the local horn. Window labels shall be in Capital Letters and worded as indicated on the plans. 2.39 Turbidity Analyzer A. Instruments shall be a continuous reading low range nephelometer, utilizing a light beam passed through a water sample to measure the amount of light scattered by the turbidity particles. Each instrument shall consist of an instrument body and master indicator. The master indicator shall be of the indicating type with ranges of 0 to 0.1, 0 to 0.3, 0 to 1, 0 to 3, 0 to 10, 0 to 30, 0 to 100, 0 to 300, and 0 to 1000 NTU. Master indicator output shall be 4-20 mA DC. Turbidimeters shall be Hach Surface Scatter 6. B. There shall be furnished to the Owner one screw-in vial, grab sample curvette, light shield, Page 16 of 22 INSTRUMENTATION —40 90 01 May 2015 Technical Specifications for Construction spare lamp and fuse and accessory case, standard 0.12 NTU. Tag Service Range 2.40 Chlorine Residual Analyzer/Recorders A. The chlorine analyzer equipment shall be Hach Model CL17, or approved equal. The analyzer equipment shall include a submersible sensor probe, complete with agitator, with sufficient interconnecting power and signal cable to connect to the analyzer. The analyzer and the agitator shall operate on _-V, 60 -Hz power. The analyzer shall be enclosed in NEMA 4X enclosures with wall mounting hardware. The analyzer and sensor probe shall be installed as indicated. B. The residual chlorine shall be indicated on a mirrored scale front panel meter, having three switch selectable ranges of 0 to 1, 0 to 5, and 0 to 10 ppm. Alarm status shall be displayed by LED indicators. The accuracy shall be plus or minus 1 percent. Temperature compensation shall be automatic from 0 to 50 C. The analyzer shall provide output of 4-20 mA DC and 0-1 mA DC. The 0-1 mA DC output shall be used to position the recorder needle. The 4-20 mA DC output shall be used as a residual level input as indicated. Tag Service Range 2.41 Sulfite Ion Residual Analyzer A. Each sulfite ion analyzer shall provide a direct measurement of the sulfite ion concentration in a water sample. The analyzer system shall be comprised of a monitor, a flowcell assembly and a sulfite sensor. The analyzer monitor shall come complete with a direct reading digital LED display, two adjustable alarms with relays, an isolated 4-20 mA DC output and flashing LED indicating low sulfite ion level. The monitor shall be capable of being wall -mounted. B. The sulfite sensor shall be a voltametric membraned sensor, composed of polarized noble metal electrodes immersed in an electrolyte. The sensor shall be isolated from the waste stream by a ion permeable membrane. The sensor shall not require reagents for operation and shall not be affected by other constituents normally found in dechlorinated effluent streams. C. The sulfite ion sensor shall be placed into a flowcell assembly which shall automatically regulate the sample flowrate and pressure past the sensor. The assembly shall consist of a constant head overflow tube and a clear sensor flow chamber. A 1/4 -inch hose bib shall be provided for the sample inlet and a 3/8 -inch hose bib shall be provided for the drain connection. D. The sulfite ion analyzer system shall have measurement range of 0 to 19.99 ppm sulfite ion concentration as a positive display and a 0 to 1.99 ppm chlorine concentration as a negative display. The chlorine indication shall be for relative value only. The analog output shall be an isolated 4-20 mA signal and shall correspond to a selectable output range of either 0 to 1, 0 to 2, 0 to 3, 0 to 5, 0 to 10, or 0 to 20 ppm sulfite ion concentration. The accuracy shall be plus or minus 2 percent or 0.05 ppm sulfite ion concentration with a repeatability of plus or Page 17 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction minus 1 percent or .05 ppm sulfite ion concentration. The analyzer shall operate on a 10 to 30 gph sample flow rate. E. The analyzer shall have high and low alarm setpoints with auxiliary relays and an independent zero crossover relay to indicate the presence of residual chlorine. The relays shall be SPDT rated at 3 A at 110 -VAC resistive. The analyzer shall operate on 110 -VAC, 50/60 -Hertz power supply and shall be housed in a NEMA 4X ABS enclosure. F. Two sensors and a 25 -foot cable shall be provided with each unit. An accessory polarizer shall be supplied with each unit to maintain the spare sensors ready for immediate use. G. The sulfite ion residual analyzer monitor shall be as manufactured by Hach, or approved equal. Tag Service Range 2.42 Sample Pumps A. Sample pumps shall be provided to pump liquid from the sample points to the Chlorine Residual and Sulfate Ion Analyzers. B. The submersible well pumps shall be multi -stage turbine type pumps of sufficient number of stages to produce the required pumping capacity at the required head. The impellers shall be Noryl and shall be statically and dynamically balanced on a stainless steel shaft. The pump shall be designed to handle momentary upthrust; however, pump selection will be made so it eliminates continuous upthrust condition. The submersible pumps shall Grunfos SQ series, or approved equal. C. Operating conditions for the well pump are as follows: Operating Point 1 20 GPM at 80 ft. TDH Operating Point 2 15 GPM at 125 ft. TDH Minimum Pipe Column Size* 12" *Diameter of pipe in which pump is to be installed. D. The pump end shall be direct coupled to a fully enclosed, liquid filled, full voltage starting, electrical submersible motor. The motor shall operate at 460 volts, 3 phase, 60 Hertz, 3600 rpm and be rated for continuous operation. The motor shall be of sufficient horsepower that the nameplate rating is not exceeded at any point on the pump characteristic curves, throughout the operating range of the pump furnished, including shut-off. The motor shall be equipped with a bearing assembly sufficiently large to carry the downthrust developed by the pump and water column during continuous service. Page 18 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction E. The motor provided shall be filled with oil, glycerin or other approved fluid and shall incorporate an appropriate mechanical, or mercury seal to preclude the entrance of water. There shall be furnished under these specifications a sufficient amount of power cable of proper size and voltage to reach from the motor to a point not less than 10 feet above the surface. The cable shall be protected with a steel guard where it passes the bowl assembly to prevent damage from contact with the well casing and it shall be supported on the column pipe by suitable non -corrosive means at intervals not exceeding 15 feet. Sample Point (Pump Location) Analyzer 2.43 Suspended Solids Analyzer A. The suspended solids meter shall consist of an infrared measuring probe and a separate electronic transmitter. Suspended solids shall be measured using a four -beam infrared transmission system which is unaffected by or compensated for contamination, temperature, or sensor aging. B. The measuring probe shall have no moving parts, and shall be constructed of rugged materials capable of continuous operation in the process material within the specified environmental limits of the process. The measuring probe shall be designed for mounting for submersible installation in a basin, tank, or channel, or for insertion through a 2 -inch ball valve into a pipeline. The measuring range of the measuring probe shall be in accordance with the manufacturer's specifications. C. The electronics unit shall provide a digital display which can be selected to show the output percentage, output current, probe signal level, power condition, and alarm levels. The electronics unit shall provide an isolated 4-20 mA DC output signal to drive 900 ohms maximum. The unit shall be calibrated by span and zero potentiometers. One high and one low limit alarm contact shall be provided (each adjustable over the full range by a potentiometer) with indicators showing when either is activated. One alarm contact shall be provided to indicate a full depletion condition, with an indicator showing when it is activated. The alarm contacts shall be rated at 3.5-A, 120 -VAC general use; 2.5-A, 240 -VAC general use; 5-A,30-VDC resistive, 5 -A,240 -VAC resistive. D. The electronic transmitter shall be housed in a NEMA 4X enclosure. A 25 -foot cable, with quick -connect plug shall connect the measuring probe to the electronics unit. The unit shall operate over an ambient temperature range of -20 C to 55 C and shall be corrosion resistant. E. The suspended solids meter shall be as manufactured by Hach. The unit shall come complete with probe and necessary hardware for mounting it. Tag Page 19 of 22 INSTRUMENTATION — 40 90 01 Probe Model No. Range Service Page 19 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction 2.44 Sludge Blanket Level Detectors A. The solids level detector shall provide a continuous measurement of the depth of a liquid - solids interface in gravity or flotational separation systems. The system shall be of the ultrasonic type, and shall not require the transducer to come in contact with the interface. The system shall be capable of monitoring interfaces continuously 2 to 19 feet from the sensor with a resolution of 0.1 foot. B. The system shall consist of an analyzer and a swing bracket holding the sensor and transceiver. The analyzer shall be housed in a NEMA 4X lockable enclosure with brackets for wall or handrail mounting. The analyzer shall have a digital display and shall provide the following functions: 1. Run or operate mode. 2. Test mode. 3. Program mode. 4. Set point program mode. 5. Tank depth mode. 6. Self -diagnostics. C. The analyzer shall have a 4-20 mA DC isolated output scalable to all or any portion of the operating range. It shall also have four individually programmable SPDT relays at 7 amperes at 120 VAC. The analyzer shall also provide test outputs of 4 and 20 milliamperes. D. The swing bracket assembly holding the sensor/analyzer assembly shall be capable of being located as far as 200 feet from the analyzer and be complete with the necessary length of connecting cable. The system shall be Royce Model 2500 with Model 25 bracket assembly. Tag Service 2.45 Dissolved Oxygen Analyzers A. Furnish and install where indicated a complete dissolved oxygen monitoring system. The primary sensing device for the dissolved oxygen level shall be a galvanic, membrane type oxygen probe mounted as indicated on the plans and operated in conjunction with a dissolved oxygen analyzer. The complete system shall be as manufactured by Hach, or approved equal. B. The dissolved oxygen analyzer shall be dual range, manually selectable 0 to 15 or 0 to 3 mg/L, with a temperature range of 0 to 50 C. The output of the analyzer shall be a 4-20 mA DC signal and shall not output a temperature signal when the unit is switched to read temperature on the meter. The analyzer shall be mounted in a NEMA 4X enclosure and furnished with the necessary hardware for handrail mounting. The unit shall operate a 115- V, 60 -Hz power. Analyzers shall be as follows: Tag Service Page 20 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction 2.46 Oxygen Analyzers A. Dissolved oxygen analyzer shall measure dissolved oxygen at the locations where they are installed and shall have two scales, a 0 to 3 ppm scale and a 0 to 12 ppm scale. The analyzer enclosure shall be made of styrene and shall be rated NEMA 4X. The analyzer shall provide a 4-20 mA DC output signal which shall represent the dissolved oxygen value currently sensed by the analyzer. The analyzer shall operate over a temperature range of - 30 to +50 C with 0 to 100 percent relative humidity. Analyzer display shall be 4 -1/2 -inch dual scaled meter and unit shall be capable of functioning with sensor to analyzer distance of 600 feet. In addition, the analyzer shall meet the following performance standards as a minimum: Sensitivity 0.05% of span Stability 0.05% of span per C ambient temperature change Non -Linearity 0.1% of span Repeatability 0.05% of span or better Temperature Drift Zero: 0.002% of span/ C, Span: 0.009% of span/ C Response Time 3 seconds to 99% of value upon step change Maximum of dimensions of analyzer shall be 13" x 10" x 7" B. Provide a self-cleaning, automatically temperature compensated submersion type sensor which uses two dissimilar metals as electrodes. Sensor electrodes shall continually be cleaned by a motor operated rotating whetstone and electrode materials shall be iron and silver. Membrane/electrolyte type sensor or sensors operating on a different principle shall not be accepted. C. Dissolved oxygen analyzer shall be as manufactured by Hach or approved equal. Tag Service 2.47 PH/Orp Analyzers A. PH/ORP analyzers shall provide PH measurements of 0 to 14 and ORP measurements of - 2000 to 2000 MV. Unit shall provide single or two point automated calibration and automatic recognition of pre -selected buffer valves. Unit shall provide diagnostic error messages for identification of abnormal conditions, shall have a 4-1/2 digit liquid crystal display (LCD) and be mounted in a NEMA 4X enclosure. Provide a 24-VDC power supply to supply instrument power and 4-20 mA DC loop power. Unit shall act as two -wire 4-20 mA DC transmitter to transmit PH or ORP values to remote locations. In addition, the analyzer shall meet the following performance standards as a minimum: Sensitivity 0.05% of span Stability 0.05% of span per 24 hrs., non -cumulative Non -linearity 0.05% of span Repeatability 0.05% of span or better Temperature Drift Zero: 0.01% of span per C, Span: 0.01% of span per C Response Time 1 second to 90% of value upon step change Page 21 of 22 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction B. Provide sensor rated for -5 to +60 C operation and for insertion into liquid filled, pressurized process line without interrupting flow. Analyzer shall be Great Lakes Instruments Model 692 with 2070R0 probe or approved equal. Power supply shall be as manufactured by Hach or approved equal. Tag Service PART 3 EXECUTION 3.1 Installation A. Wire each device requiring power so that when wires are removed from any one device, power is not be disrupted to any other device. Ground the case of each device either by mounting directly on a steel frame or by a third wire. 3.2 Field Quality Control A. The supervisory service of a factory -trained service engineer who is specifically trained on the type of equipment herein specified shall be provided during construction to assist the Contractor in the location of sleeves; methods of installing conduit and special cable; mounting, piping, and wiring one of each type of device, and the methods of protecting all of the equipment prior to placing it into service. Upon completion of the installation, the services of the above service engineer shall be provided for calibration and startup of the equipment and for instructing the operating personnel. The Manufacturer shall provide sufficient service to place the system in satisfactory operation. B. Upon completion of installation of sample pumps, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. C. Check out and calibrate the system upon completion of the installation. D. Prior to the Owner turning on any form of energy to the system, the Contractor shall provide the Engineer with a certified statement of approval of the installation including his supplier's authorization for turning on energy to the system. END OF SECTION Page 22 of 22 INSTRUMENTATION — 40 90 01 January 2016 Technical Specifications for Construction SECTION 40 90 02 SUPERVISORY CONTROL AND DATE ACQUISITION (SCADA) SYSTEM PART1 GENERAL 1.1 Work Included A. The Work involved under this Contract consists of the furnishing of all materials, tools, equipment, transportation, services and all labor and superintendence necessary for the installation of a Programmable Logic Controller (PLC) based Supervisory Control and Data Acquisition System (SCADA). The SCADA System shall be comprised of a PLC -based facility control system. The system shall be provided complete with cabinets suitable for the environment and associated electronic subsystems necessary to meet the functional requirements of this Section. The equipment proposed by the Contractor shall not be a prototype, but shall be part of a standard off -shelf configurable system readily available in the market place and have design specifications, engineering drawings and parts lists immediately available. B. Contractor shall be responsible for the procurement, installation, integration, testing and commissioning of all equipment, programming, configuration and any and all other labor and materials required necessary to deliver to the Owner a complete and fully functional SCADA system as described in this Specification. 1.2 Quality Assurance A. Acceptable Manufacturers: 1 Equipment shall comply with the Contract Documents and shall be produced by one of the following manufacturers: a. PLC/Network Equipment: (1) Rockwell Automation (Allen-Bradley) CompactLogix or ControlLogix (sole -source) b. Uninterruptible Power Supply: (1) APC. (Sole -source). c. Personal Computers: (1) Dell (Sole -source). d. Printers: (1) Hewlett Packard (Sole -source) e. PC Interface Software: (1) Rockwell Automation (Allen-Bradley) FactoryTalk (sole -source) (2) Rockwell Automation (Allen-Bradley) RSLogix (sole -source) f. Network Devices (1) Moxa (Preferred) (2) Phoenix Contact (3) Rockwell Automation / Allen-Bradley (4) Schweitzer Engineering Laboratories, Inc. (SEL) (Motor Protection System only) (5) Approved equal B. Qualifications: 1. The Process Control System Supplier (PCSS) shall be regularly engaged in the design, installation and maintenance of PLC based control systems. PCSS must submit documentation listed in Section 1.02.5 below that verifies and demonstrates the following minimum qualifications: a. Organization Facilities and Business Viability Page 1 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction b. Have Been in business for a minimum of five (5) years. c. Maintain adequate appropriate insurance d. Maintain a permanent, fully staffed and equipped service facility capable of designing, fabricating, installing, calibrating, programming, and testing of the products and systems. e. Have adequate financial resources to successfully execute projects. f. Have employee safety training program. 2. Organization and Personnel Experience a. Have experience in the Water and Waste Water industry. b. Successfully completed at least three (3) projects of $250,000.00 in scope and containing 350 I/O points in the last five (5) years. c. Employ at least one (1) full time licensed and registered Professional Engineer (P.E.). d. Employ full time degreed engineers from ABET accredited universities that have: (1) A minimum of five (5) years of experience working on projects and systems of similar size and scope. (2) Completed at least two (2) projects utilizing Plant PAX from Rockwell Automation (3) Has communications networking experience. (4) Has Rockwell certification. (5) Experience with the following software: (6) FactoryTalk ME (7) FactoryTalk SE (8) FactoryTalk Historian (9) RSLogix 5000 (10) RSLogix 500 e. Experience with the following hardware: (1) Rockwell Automation/Allen-Bradley ControlLogix family of PLC (2) Rockwell Automation/Allen-Bradley CompactLogix family of PLC (3) Rockwell Automation/Allen-Bradley Flexl/O (4) MOXA network hardware. f. Employ personnel within two hundred (200) miles of the project capable of providing on-site response within four (4) hours. Be an authorized Allen-Bradley/Rockwell Systems Integrator Contractor, Solutions Provider. g. h. Employ a PMI or PMP certified project manager. 3. Quality Assurance a. Have a Quality Assurance/Quality Control program, process or certification. b. Maintain an ISA association c. Provide a warranty for all contract work, including a minimum of one (1) year on all provided hardware and one (1) year on all application programming. d. Have a proven history of executing on-going maintenance service contracts or warranty work. e. Maintain a certified UL -508 control panel facility. f. Active members of the Control System Integrators Association (CSIA). Page 2 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction C. PCSS shall submit three (3) hard copies along with an electronic copy of the Qualification Documentation to the Owner/Engineer. The following documentation is required for qualification purposes: 1. Organization Facilities and Business Viability Documentation a. Provide copy of State documents verifying the number of years that the firm has been in business b. Provide a Certificate of Insurance (001) verifying adequate insurance coverage including: Commercial General Liability $2,000,000.00 Aggregate Automobile Liability $1,000,000.00 Single Limit Transit Coverage $25,000.00 min up to the value of the equipment being transported Workers Compensation Employers Liability $500,0001500,0001500,000 c. Provide address and square footage of required fully staffed service facility. d. Provide a notarized statement from an officer of the Company verifying the size of the environmentally controlled space dedicated to the production, assembly and check- out of custom controls panels. e. Provide the company legal name, address as well as the Dun & Bradstreet D -U -N -S number for the company. f. Provide copies of the firm's safety program and certify employ participation. 2. Organization and Personnel Experience Documentation a. Provide an overall Company Organization Chart and resumes for key personnel indicating water/wastewater experience. b. Provide a detailed listing of at least three (3) projects of similar size and complexity successfully completed within the last five (5) years. Information must include the following for each project: (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) Project name Project location Owner's name, address, and phone number Owner's contact person and phone number Consultant/Design Engineering Firm name and contact General Contractor's name (if applicable) SIC's order/contract amount Date project started Date project completed Technical description of provided control system in sufficient detail to verify equivalent size and complexity. c. Provide a copy of the Company's full time employed Professional Engineer's license/registration d. Provide resumes of employees that show their experience level e. Provide zip codes and resumes of personnel within two hundred (200) miles of the project site capable of providing on-site response within four (4) hours. f. Provide copy of organizations Allen-Bradley/Rockwell Systems Integrator Contractor, Solutions Provider certification g. Provide copy of project manager's certification Page 3 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction 3. Quality Assurance Requirements a. Provide documentation that demonstrates Quality Assurance/Quality Control program, process or certification. b. Provide copies of ISA association documentation. c. Provide resumes of full time employees that would respond to perform warranty or maintenance work. d. Provide a current list with contact information of Municipalities for which the Company has current and on-going Maintenance Contracts and/or existing warranty agreements. e. Provide copies of Company's standard Maintenance and/or Warranty Contracts/Agreements. f. Provide a copy of the Company's UL -508 current certification. g. Provide a copy of documentation showing active membership in the Control System Integrators Association (CSIA) or equivalent organization. D. All electronic components furnished by the Contractor shall be new products of manufacturers in North America having an established reputation in the manufacture of such equipment with at least 5 years background. All PLC related equipment supplied shall be a proven product having been in field service for at least 1 year and in production for no less than 2 years. E. All materials are subject to the approval of the Owner and shall conform to all applicable state and federal codes and regulations. F. The Contractor shall warrant that all equipment will perform in accordance with published specifications, is suitable for the intended purposes and shall be free from defects in materials, and workmanship for a period of one (1) year from the date of the final acceptance by the Owner. Contractor shall also warrant all system configuration and programming for a period of one (1) year from the date of final acceptance plus two (2) years of extended support. Where any product or system does not perform as specified during this warranty period, the Contractor shall correct any defect, including the non-conformance with any applicable specification and shall repair or replace any defective part or parts without charge to the Owner for parts and labor. G. Testing: A formal system test shall be performed by the Contractor and witnessed by the Owner or Owners representatives at the Contractor's test facility, prior to shipment. The purpose of the test shall be to verify the functionality, performance, and stability of the hardware and software. Testing requirements are dictated in specification 40 90 03 — "SCADA and Instrumentation Testing and Commissioning." 1.3 Submittals The latest edition of the referenced item below shall be used. A. Submittals shall be in accordance with Section 01 33 00 "Submittal Procedures" and shall include: 1. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 2. Component drawings showing dimensions, mounting, and external connection details. B. PCCS shall submit a Project Execution Plan to the Owner and Engineer for approval. This plan shall include, at a minimum: 1. A detailed work task breakdown. 2. Estimated start and end dates of each work task listed an above work task breakdown. 3. Estimated duration for each task listed in the above work task breakdown. 4. A Gantt chart or equivalent scheduling report shall be acceptable. Page 4 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction 5. PCSS shall provide regular updates of the Project Execution Plan to Owner and Engineer. a. Update schedules to be agreed upon between PCSS and Owner / Engineer during pre -submittal meetings. 1.4 Standards A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. Institute of Electrical and Electronics Engineers (IEEE). 2. National Electrical Manufacturers Association (NEMA). 3. American National Standards Institute (ANSI). 4. Electronic Industry Association (EIA). 5. International Electra -Technical CoHMlssion (IEC). 6. Federal Communications Commission (FCC). 7. Instrumentation, Systems, and Automation Society (ISA). 8. Underwriters Laboratories (UL). PART2 PRODUCTS 2.1 General A. Equipment shall be the manufacturer's latest and proven design. The Specifications and Drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system shall be compatible with the functions required and the equipment furnished by the Contractor. B. The PLC related equipment proposed by the Contractor shall not be a prototype, but shall be a part of a standard off -shelf configurable system of components readily available in the marketplace and have design specifications, engineering drawings and parts lists immediately available. Specified PLC processors, I/O modules, power supplies, chassis, etc. shall be sole -sourced from Allen-Bradley. C. The system shall be provided complete with cabinets, input/output equipment and associated electronic subsystems necessary to meet the functional requirements of this Section. D. Equipment shall have adequate test points with controls or adjustments required for alignment and maintenance accessible from the front of the equipment. These test points shall provide sufficient isolation to prevent disturbance to the system due to accidental short circuit or other mismatch during routine test or maintenance practices. E. Alarm LED or LCD indicators shall be included and be clearly visible with covers in place to indicate any alarm or off -normal condition. F. Lamps, controls and test points shall be etched or clearly marked on all electronic equipment. G. Equipment shall be designed to operate over the environmental, physical and primary power limits as specified herein without the use of blowers or other means of forced air circulation. Equipment Limits Full Specification Performance 0 C (32 F) to +60 C (140 F) Storage -40 C (-40 F) to +80 C (176 F) Altitude 15,000 ft. Humidity 5% to 95% Maximum, non -condensing Duty Conditions Continuous Page 5 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction 2.2 System Operational Description A. General: 1. The system shall be a continuous polling, supervisory control and data acquisition system (SCADA), utilizing programmable logic controllers (PLCs), as Station controllers and a Manufacture -specific controller for each VFD's.. System shall be configured and programmed to meet the Owner provided Sequence of Operations. 2. Primary communications shall be fiber-optic, using the PLC manufacturer's standard protocols. 3. Automatic control functions shall reside in the station PLC such that, upon loss of the Plant HMI, control of the system shall continue without interruption. The Operator, through the Plant HMI, shall have the capability to set or change any automatic control or alarm variable in the software control program. 4. Contractor shall be responsible for the procurement, installation, integration, testing and commissioning of all equipment, programming, and all other labor and materials required necessary to integrate the new High Service #3 pump system with the existing O.N. Stevens Water Plant SCADA system. Integration shall be implemented in such a manner that the entire new High Service #3 pump system can be operated from a single workstation in the O.N. Stevens Water Plant Operations Center. a. Installation of all equipment, programming, configuration and materials including, but not limited to interface equipment, additional network switches, additional development and programming of new HMI screens to be incorporated in the existing O.N. Stevens Water Plant SCADA system, network switch configuration and any other hardware, software, programming and configuration required to integrate new High Service #3 Pump Station into the existing O.N. Stevens Operations SCADA system. b. Contractor shall conduct a series of interactive workshops with Water Plant Operations and SCADA personnel during preliminary SCADA design to develop all necessary screens and program control logic required to integrate new High Service #3 Pump Station into the existing O.N. Stevens Operations SCADA system B. Functional Descriptions: 1. A PLC shall be located in the new High Service #3 Electrical Room. The PLC shall monitor the station flow and automatically throttle the pump motors on the output of the station in response to the flow requested by the Central Control. The control scheme shall be configured such that these assignment changes are normally made from the Central Control Console located at the Water Treatment plant. Early turn -on or manual operation of pumps is required during peak operating times. This shall be done by the Operator at the Central Control Console, located at the water treatment plant. 2. There shall be provided custom generated system screens for operator interface and control. There shall be an overall system screen, a minimum of three graphics screens for each PLC location. All equipment control and status conditions and system variables (flows, pressures and levels) shall be displayed on these screens. Preliminary screen design shall be submitted to the Owner for review and/or approval. 3. Provide an alarm summary page showing a list of active and historical alarms; in addition there shall be alarm footer on each graphics page displaying the most recent unacknowledged alarm. 2.3 Pump Station Equipment A. The High Service #3 Pump Station shall consist of the station PLC, together with all necessary hardware, network switches, UPS, local I/O, power supplies and any other hardware and software necessary for providing a complete and operative Pump Station. Communications between the High Service #3 Pump Station and the existing Plant SCADA system shall be via dedicated fiber optic cable installed in cable tray by the contractor. 1. All PLC hardware shall be installed in free-standing or wall -mounted 2 -door enclosures Page 6 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction sized for the amount of equipment installed in them and appropriate for the environment they are installed in. All enclosures shall be equipped with a copper ground bus, mounted on the backplate. The ground bus shall be provided with a suitable connectors sized for #20 AWG through 2 AWG copper cable. 2 All equipment in the enclosures shall be complete with all interconnecting wiring required, wired to terminals and connected to the 120 -VAC and the communications cables. 2.4 Equipment A. High Service #3 Pump Station PLC: 1. The Programmable Logic Controller (PLC) system shall be the ControlLogix PLC system manufactured by Rockwell Automation (Allen-Bradley) only. PLC shall be the 1756-L7x family of Modular Controllers. Processor and associated I/O shall be selected as required to meet the minimum memory and 110 requirements of the final control programming with a minimum of 30% memory and a minimum of 20% spare I/O reserved for program and facility expansion. 2. PLC system shall be configured so as to have a separate, redundant ControlLogix 1756- L6x PLC processor connected to the primary operational PLC processor in a fully - redundant configuration. Fully -Redundant is defined in this case as the Stand-by processor being directly connected to the primary control processor, running the identical program concurrently as the primary processor, and will fail -over to the Stand-by processor automatically. PLC system shall be configured in such a manner that the system where, upon the failure of the primary processor, the redundant processor shall continue uninterrupted operation of the pump station. 3. All user wiring to 110 modules shall be through a heavy-duty terminal strips. Compression -type screw terminals shall be used to provide fast, secure wire connections. Spring -type terminal blocks shall not be used in any control panel or junction box application. 4. All types of input/output modules shall be color coded and titled with a distinctive label. 5. The PLC I/O modules shall be the ControlLogix PLC system manufactured by Rockwell Automation (Allen-Bradley) only. I/O modules shall be the 1756-L7x family of Modular Controllers. 6. The PLC shall contain discrete input/output hardware consisting of the following types: a. Discrete Inputs: (1) AC/DC input for devices which operate at 24 VAC, 50/60 Hz or 24 VDC. (2) AC input for devices which operate at 120 or 240 VAC, 50/60 Hz. (3) DC input for devices which operate at 5 to 30 VDC. (4) Discrete input modules shall be either 8- or 16 -point modules. No 32 -point input modules shall be used. b. Discrete Outputs: (1) AC output for devices which operate at 120 VAC, 50/60 Hz. (2) AC output for devices which operate at 220/240 VAC, 50/60 Hz. (3) AC output for devices which operate at 24 VAC, 50/60 Hz. (4) DC output for devices which operate at 10 to 60 VDC. (5) Isolated Contact output which provides eight isolated outputs capable of switching 120 VAC, 220 VAC, or 24 VDC power. (6) Combination Contact Output and 120 -VAC Input available in two in two out, four in four out, or six in six out configuration. (7) Discrete output modules shall be either 8- or 16 -point modules. No 32 -point input modules shall be used. Page 7 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCALA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction 7. The PLC shall contain analog input/output hardware consisting of the following types: a. Analog input which accepts analog signals and converts them to 16 bit binary values. Resolution of the analog conversion shall be 16 bit from analog value of 0 mA to +20 mA. Digital resolution shall be available in 1 part in 65536 voltage or 1 part in 32767 current. Analog inputs shall be differential. Analog inputs shall be available in the following ranges: (1) Voltage Range: -10 to +10 VDC. (2) Current Range: 0 to +20 mA. b. Analog input modules shall be either 8- or 16 -point modules. No 32 -point input modules shall be used. 8. Analog output which converts a 15 bit current or 16-bit voltage binary number (14 -bit resolution) into an equivalent single -ended analog output signal. Analog outputs shall be available in the following ranges: (1) Voltage Range: -10 to +10 VDC. (2) Current Range: 0 to +20 mA. 9. The programming software shall be Rockwell Automation RSLogix 5000 with all associated required communications and configuration packages included. 10. Contractor shall provide any and all interface modules required to seamlessly communicate with other required station equipment such as VFD's, Machine Condition and Vibration monitors, etc. B. Conduit and Wire: 1. Conductors: Soft -drawn, annealed copper, stranded, with a conductivity of not less than that of 98 percent pure copper bearing the U.L. label. The minimal size shall be #18. Conductors #8 or larger shall be stranded. 2 Single Conductors: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW insulation. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. 3. Ground Wire: Tinned, Class B stranded conductor without insulation. 4. Paired Shielded Cable: 16 gauge, 7/26 stranded, copper conductors with 0.021 -inch extruded PVC; 0.004 -inch nylon insulation twisted into pairs, stranded into a core and enclosed by a non -hygroscopic core tape, 100 percent coverage, helically wound, aluminum foil shield, drain wire, and 0.45 -inch minimum extruded PVC jacket. Pairs shall be black/red or black/white and numbered. Cables shall be 600 volts in accordance with NEC -725 and IEEE 383. 5. Conduit shall be rigid aluminum with fittings of similar material. C. Human/ Machine Interfaces (HMIs): 1. Human machine interfaces shall consist of network interface, personal computers, monitor, event printer, report printer, computer software PC interface software and any other hardware and software necessary for providing a complete and operative man machine interface. 2. The software shall be the latest version of Rockwell Automation FactoryTalk SE Client or FactoryTalk SE Station for the Operator desktop workstation and FactoryTalk Studio Enterprise on the Engineering Laptop workstation. These software packages will require the use of commercially available, Intel Core 2 Duo minimum with 8GB of RAM minimum based PCs or greater. Office or industrial PCs can be used but must be capable of running, at a minimum Microsoft Windows 7 Professional w/ the latest available Service Pack, 2008 Server Standard Edition w1 the latest available Service Pack, and furnished with at least Microsoft Windows 7 Professional w/ the latest available Service Packs. All software shall be provided and registered in Owners name. Computers shall be Page 8 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction manufactured by Dell (sole source). 3 Monitors shall be microprocessor based, 20 -inch flat -screen Color Monitor, 1280 x 1024 (60 Hz) minimum resolution with non -glare screen. 4. The computer shall be capable of running, at a minimum Microsoft Windows 7 Professional w/ the latest Service Pack, 2008 Server Standard Edition w/ the latest available Service Pack, and furnished with at least Microsoft Windows 7 Professional w/ the latest available Service Pack. All software shall be provided and registered in Owners name. 5. Engineering Laptop Computer: a. The computer shall have the same capabilities as the aforementioned desktop workstations. b. The computer shall be capable of running, at a minimum Microsoft Windows 7 Professional w/ the latest Service Pack, 2008 Server Standard Edition w/ the latest available Service Pack, and furnished with at least Microsoft Windows 7 Professional wl the latest available Service Pack. All software shall be provided and registered in Owners name. D. PC Interface Software: 1. General: a. Interface software for interfacing the HMI to the Station PLC shall be Rockwell Automation RSLogix 5000 suite of configuration software, latest version. b. All required licenses for all software and documentation shall be provided for each computer. All software provided shall be of the latest version of the software with the latest patches and service packs applied. c. Contractor shall modify, develop and provide any and all SCADA architecture drawings that determine clearly and unambiguously all supervisory system hardware and software requirements. System Configuration: a. An easy -to -learn graphical database development environment shall be provided, utilizing icon -driven function block programming for building a data acquisition and control logic strategy. An object-oriented, icon driven color graphic display builder shall be provided for creation of real-time, dynamic operator displays. b. At power up, the system shall boot to a desktop screen where the user can easily activate the Strategy Builder, Graphics Builder, Runtime, or select a utility. c. The software shall run as a service, so that when a user logs off, the system will keep on running. d. The graphical database shall be exportable and importable in .DXF format for external modification and reporting. e. The graphical database shall be available as an output to a printer in tabular and graphic format for hard copy documentation. f. Graphic Displays: (1) The graphical display builder shall Rockwell Automation FactoryTalk View Studio Enterprise, an object, oriented color graphic display builder featuring east to use, mouse driven icons. The icons are used to create color graphic displays with objects that may be linked to dynamic blocks in the graphical database for live real-time animation during runtime. Standard graphical editing functions shall include select, move, copy, erase, cut, paste, and global search -an -replace for selection and manipulation of the graphical objects. (2) Graphical objects may be animated by simple point and click connection to analog and/or discrete signals in the database strategy. All dynamic connections must be Page 9 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction based on point names, consisting of Node Name, Strategy Name, Tag Name, and Tag Parameter. An object must accept multiple dynamic connections simultaneously (size, color, location, etc.). (3) Standard graphic building tools shall include: (a) Size connection. (b) Color connection. (c) Blink/Flash connection. (d) Location Movement. (e) Pick Field connection. (f) Process Point connection. (g) Data Entry connection. (h) State Field connection. (i) Display Call-up Button connection. (j) Trend Window function. (k) History Window function. (1) Dynamic Symbol connection. (m) Time/Date connection. (n) Digital Animator connection. (o) Digital Selector. (p) Analog Selector. The graphical configurator shall include a Symbol Library. The system shall utilize Rockwell Automation PlantPAx as the standard set of graphic symbols library. Complete graphical displays must be able to run on any system node in a networked system, without the need to edit and/or re-establish dynamic connections. A Pop -Up Window feature shall permit graphic displays, complete with dynamic connections, to be re -sized and popped up on command anywhere on the screen during runtime. Pop -Up Windows are required to give the Operator instant access to more detail of process operation, alarm listings, and guidance. Utilities are to be available for import and export of graphic files to .DXF file format for use in AutoCAD Versions 2010 or later, or other software using the .DXF file format. The system shall permit the import of .BMP files for use as objects in the graphic display builder. (4) (5) (6) (7) (8) (9) 3. Runtime: a. Runtime operation of the system shall execute the database strategy, graphic displays, and optional functions created during system configuration. For guaranteed data integrity, the system shall operate in a true prioritized, pre-emptive real-time multi -tasking operating environment for simultaneous execution of data collection, control, graphics, alarming, trending, data logging, file transfer, and other system activities. CPU operation shall be optimized during runtime for maximum system efficiency and performance. b. Operator color graphic displays shall update in real-time with a refresh rate defined by the user. The display screen shall be partitioned into three segments. c. A Main Display Window shall occupy most of the screen, and display the dynamic color graphics created by the Display Builder. d. A Sub -Window shall appear beneath the Main Display Window, and permit keyboard selection of any one of multiple pre-packaged secondary displays. At minimum, Sub - Window displays shall consist of the following standard displays: (1) Help. (2) Display Directory. (3) Display and access to parameters of any block in the strategy. (4) System Parameters. (5) System Performance. e. Sub -Window access shall be password protected to restrict access to authorized personnel. Page 10 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction f. A Message Line shall occupy the bottom line of the screen. The lett portion of the Message Line shall automatically display Operator Messages, such as alarm acknowledgment and confirmation, data logging started/stopped, communication time- out, etc. The right portion of the Message Line shall display alarm alert messages, such as type of alarm and tag name of block alarm. g. The system shall have ready -to -run Function Key assignments to simplify Operator actions during runtime. Function Key assignments shall include Display Directory, New Display Call-up, Alarm/Event Summary Display, Alarm Acknowledgement, Trend Window, Recall last Display, etc. h. A color coded Alarm/Event screen shall list pertinent information on all system alarms and events (Operator actions) as they occur, are acknowledged, and return to normal. i. Alarm/Event screens shall include date, time, alarm/event type, tagname parameter, description, value, engineering units, and return -to -normal, as applicable. j. Operator access to Alarm squelch level shall be provided in the Sub -Window. Alarms with a squelch level less than the squelch level assigned are not displayed, sounded, printed, or logged to disk. k. Operator Events shall include: (1) Alarm Acknowledgement. (2) Block Parameter change (set point, output, etc.). (3) Block Auto/Manual change. (4) Block Setpoint Remote/Local Change. (5) Default Security Level Change. (6) Logging On and Logging Off. L Alarm and Event messages may be printed to the same printer, or to different printers, as selected by the user. m. An on-line Trend Window function shall permit display of multiple selected data points in real-time as graphs of the values versus time. The system shall support multiple Trend Windows. n. Pen assignments and time period shall be configurable on-line. o. A ZoomlUnzoom feature shall permit expanding and shrinking the amplitude scale. P. An unlimited number of variables may be selected for real-time trending. The system will automatically collect and save up to 60 samples of each parameter. q. Real-time trend points shall be buffered such that when a Trend Window is called up, it shall appear with previously sampled trend pen data, not blank. r. The Trend Window shall also permit X -Y plotting of up to four variable on the x-axis versus one variable on the y-axis. s. The system shall be supplied with a Historian for collecting, saving, and replaying selected system data. t. Data logging may be started and stopped by the Operator, process conditions, or system events. u. Data may be logged to up to 100 History Files, each containing up to 100 data points. The logging rate may be manually or automatically switched between two settings on- line to permit high speed data collection during conditions of interest. v. Historical data file may be replayed on-line, and viewed in graphical or tabular form. The History Window time span and variable amplitude may be compressed or expended in logical increments by the Operator. w. The on-line Historical Replay function shall permit viewing previously saved files and/or currently active historical files. x. A File Management Utility shall be provided to permit on-line file handling operations. File Management shall be accessed via the Sub -Window to read directories, delete files, copy files between disks, and similar "housecleaning" activities. y. The system shall support print out of any CRT screen at any time by depressing the [Ctrl + Print Screen] keys, or automatically via a Display Block in the strategy. z. An adjustable time Screen Saver shall be included to prevent monitor screen burn. 4. Report Generation: a. A consolidated Report function shall be furnished. It shall utilize a standard spreadsheet format for creation of system reports. A comprehensive built-in library of standard spreadsheet functions shall be included for selection and simultaneous Page 11 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction manipulation of local or network data. At minimum, the library shall include mathematical, statistical, and Boolean operations. b. The Report generation function shall collect real-time and/or file data from the local node, or remote nodes via a network when used. File data shall include historical and alarm files at minimum. c. Report files shall be output on command to the local printer or to disk, as specified. Initiation of report output may be manual or automatic based on time of day, system event, or process condition. d. Freeform text may be integrated anywhere in the report. e. Provision shall be included for incorporation of Operator message fields. This shall permit capture and save of Operator comments made during runtime for inclusion in the report. f. The report shall also provide for capture and saving of text fields from system alarm and event messages. 5. Networking: a. An efficient high speed, real-time networking function shall be optimally available. It shall provide on-line real-time access to live data and file transfer simultaneously during runtime. b. The networking option shall support all Ethernet network topologies. c. Each network node shall operate independently to permit unrestricted assignment of system functions in a true distributed architecture. d. Network data exchange shall be "exception driven" rather than "polled" for maximum throughput during runtime. e. A network timekeeper function must be supplied to insure synchronization of all network node time clocks. Any node may be designated as the master timekeeper to which all other node clocks are synchronized. Should the master node fail, multiple backup nodes may be designated to continue network time synchronization. f. A global alarm capability must be provided which will allow alarms that occur anywhere on the network to be automatically broadcast over the entire network. Individual nodes may be configured to receive all alarms, only certain alarm types, or all alarms from a single or multiple pre -selected nodes. g. In order to exchange data between different networks, the networking option shall support use of more than one network adapter on a node. 6. Training: a. Monthly training courses shall be offered by the software Supplier. Courses shall be conducted by degreed professional trainers, experienced in industrial automation and control. b. The software shall be easy to learn, such that the only prerequisites for attending training are familiarity with Personal Computers and knowledge of the fundamentals of industrial measurement and control. c. Training courses shall be optionally available on -Site. Course curriculum shall be customized to the needs of the user if requested. 7 Support: a. Technical support shall be available from a Factory Regional Office or local Representative of the software Supplier. b. Factory technical support shall be available from degreed engineers familiar with the software and typical industrial applications. c. Telephone technical support, voice and e-mail, shall be available weekdays. d. Technical support shall be offered for the life of the product, and for a minimum of 1 year after it is discontinued. e. The vendor must have a record of providing a continuous upgrade path for the product. Page 12 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction 8. Upgrades: a. The vendor shall offer an Annual Software Maintenance Service for a nominal fee. This service shall provide upgrades to the software for releases of new features as they occur (e.g. - change from Version 4.0 to 4.1). b. Maintenance releases for bug fixes shall be supplied when needed if requested by the user. (e.g. - change from Version 4.0 to Version 4.01). c. A Site Software Maintenance Service shall also be offered for locations with multiple systems installed. d. There shall be provided, as part of this Contract, a basic 5 -day training course at the software vendor's training facility for each of two of the Owner's personnel. This course shall cover the understanding and configuration of various application Modules within the software system. Concepts, implementations and trouble shooting skills shall be emphasized. e. The training course shall be part of a regularly scheduled training program by the software vendor. The scheduling shall allow the Owner sufficient time to schedule personnel for training between award of the Contract and delivery of the SCADA system. E. Uninterruptible Power Supply (UPS): 1. Uninterruptible power supply shall provide 30 minute standby 120 -VAC power for all Contractor -provided equipment at the Master Terminal Unit (MTU), including all HMI equipment and all PLC and control equipment. 2. The uninterruptible power supply shall have the following features: a. Input - 240 V: 192-276 VAC. b. Output - 120 VAC: Regulated to plus or minus 3 percent. Output shall consist or not less than three duplex receptacles (six receptacles). c. No -Break Power: The supply shall not allow any break in output power, regardless of what happens to the input power. Switching is not permitted. d. Lightning and Surge Protection: Passes ANSI -IEEE C62.41 Categories A & B. UL listed. e. Spike Attenuation: 2000:1. f. Galvanic Isolation: Qualifies as true, separately derived power source as defined by NEC Article 250-5D. Complete from line. Output neutral bonded to ground. g. Voltage Regulation: Output voltage regulated to plus or minus 3 percent. h. Output Waveform: Computer -grade sine -wave, less than 5 percent THD. i. Noise (RF) Isolation: 120 dB common mode, 60 dB normal mode. j. Output Protection: Current -limiting ferroresonant transformer. k. Efficiency: 90 percent minimum, on line. L Audible Noise: 57 dB maximum, on line. 2. Contractor shall configure network and diagnostic notification as required and demonstrate their operation as part of the integrated system. 3. If required, external battery cabinets for extended run-time shall be in cabinets similar to the UPS. 2.5 Software Programming A. The Contractor shall provide a programmed database, using the equipment and software program specified, to accomplish the functions specified. B. For development of the HMI Graphics, the Contractor shall conduct a minimum of two (2) one (1) day workshops, at the Owner's facility. The Engineer will be in attendance, to help ensure compliance with the control strategies, treatment processes and that the system being developed follows the Sequence of Operations documents and the memorandum of understanding developed at the Development of Control Strategy meeting. 1. The first workshop shall consist of the Contractor showing the basic layout the graphic and popup screens, Help screens, roll-over Tooltip implementation and online Operations Page 13 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction Manual access implementation for discussion and comment. The screens shall be at a stage that reflects the process and illustrates the required set -points for control. The Owner will be allowed to comment on layout of screens, but the not graphic standards. After the workshop and before the next workshop the Contractor shall make the agreed upon changes to the screens. 2 The last workshop shall consist of the Contractor showing the final screens with database links complete. The Contractor shall show animation of screens by manipulating the HMI database. The Owner will be allowed to comment on the screens for process accuracy. The Contractor shall make corrections to the screens and shall be completed for testing at the Factory Acceptance Test. PART 3 EXECUTION 3.1 General A. The Contractor shall schedule and administer a minimum of three (3) mandatory coordination meetings. The Contractor shall make arrangements for these meetings; prepare agendas with copies delivered to the participants at least one (1) week before the scheduled meetings. These meetings shall be held at an Owner's designated facility and shall include, as a minimum, attendance by the Owner, Engineer, Contractor's Project Engineer, PCSS Project Engineer and the Electrical Sub -Contractor. 1. The first coordination meeting shall be held in advance of the first PCSS shop drawing, PLC programming and HMI screen submittals. The purpose of the first meeting shall be for the PCSS to: a. Summarize their understanding of the Project. b. Discuss any proposed substitutions or alternatives. c. Schedule testing and delivery milestone dates. d. Provide a forum for the PCSS and the Owner to coordinate hardware and software related issues. e. Request any additional information required from the Owner and/or Engineer. f. The PCSI shall bring draft versions of shop drawings, PLC programming and HMI screens to the meetings to provide the basis for the Owner or Engineer's input into their development. 2. The remaining coordination meetings shall be held no more than one month prior to site testing for each location. The purpose of these meetings is to discuss any remaining coordination requirements. 3. A typical agenda for the subsequent meetings may following: Review minutes of the previous meeting. Review of the work in progress. Field observations, problems, and decisions. Identification of problems or issues that may impede planned progress. Review development of testing plans and schedules. Review of submittal schedule and submittal status. Maintenance of progress schedule. Corrective measures to regain progress schedules. Planned activities for subsequent work period. Coordination of work progress. a. b. c. d. e. f. g. h. 1. include, but shall not be limited to the Page 14 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction k. Effect of any proposed changes on progress schedule and coordination. I. Other business relating to the work. 3.2 Installation A. Wire and Conduit: 1. Refer to the following specifications: a. 26.05.00 "Common Work Results for Electrical" b. 26.05.19 "Low -Voltage Electrical Power Conductors and Cables" c. 26.05.19.1 "Wire Connections and Devices" d. 26.05.26 "Grounding and Bonding for Electrical Systems" e. 40.90.01 "Instrumentation" f. Any and all other specifications pertaining to the installation, termination and grounding of instrument systems. 2 All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. 3. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 4. Unless necessary for pulling purposes, conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. 5. Splice only in junction or outlet boxes. Neatly train wiring inside boxes and equipment. Pull all conductors into a raceway at the same time. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place. 6. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures. 7. Wire other than telephone station wire shall be stranded. The minimum size conductor permitted is #16 AWG, unless otherwise noted. Wire shall bear the approval of Underwriters Laboratories, Inc. Conductors terminated on a screw termination shall have a crimp -on connector applied on the wire end. 8. Use the following color code for 120/240-V, single-phase wiring: Wiring Color Leg A Black Leg B Red Neutral White Equipment Grounding Conductor Green 9. Ground paired shielded at the PLC end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded cable shall not be laced with or placed in the same conduit with power cables. The shield of shielded cable shall only be broken when the conductors are terminated on terminal strips. 10. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, enclosures, and other equipment shall be properly grounded in accordance with National Electric Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid PVC conduit. Make connections to Page 15 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction equipment with solderless steel connections. Wire connections to ground rods shall be of the fused type equal to the Cadweld process. 11. Ground metallic material, including but not limited to metallic raceway and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor which it houses. Clean metal surface under the grounding lug to bright metal. 12. Ground conductors shall be bare tinned copper where directly buried and insulated in all other cases. 13. Underground conduit which is not below a concrete slab on grade shall be sand encased. Conduit which is below the finished grade shall be rigid PVC. 14. At the transition from underground, protect PVC conduit from mechanical damage by extending rigid steel conduit a maximum of 12 inches and a minimum of 4 inches into the earth or concrete at the transition. 15. Conduit extending into concrete shall not be closer than 3 inches from adjacent conduit and shall not be closer than 1 inch from any reinforcement bars. 16. PVC conduit shall not be installed above grade level, above concrete slab level, or for any exposed installations unless specified. 17. Where conduits stub up through a floor slab from below finished floor level, install a threaded fitting with PVC plug so that the top of the fitting is flush with the concrete or finished floor surface. 18. Bury underground conduit a minimum of 18 inches deep to the top of the sand encasement. Backfill buried conduit banks with material which is free from large rock, paving material, or large angular substance. Adhere to conduit spacing by using spacers at intervals to ensure that proper spacings are maintained. 19. Grade underground and outdoor conduits to drain free of condensation and moisture. Provide for automatic draining at low points. Install horizontal runs of conduit to provide a natural drain for condensation without pockets or traps where moisture may collect. 20. Route conduits parallel to building lines. Concealed conduits shall be below grade, within walls, or above ceilings. 21. Route conduit through roof openings for piping and ductwork where possible. Otherwise, route conduit through the roof with pitch pocket. Conduit shall not penetrate ductwork. Exposed conduit shall not be installed on the roof without the approval of the Owner's representative. 22. Install conduit at elevations which maintain headroom, and at locations which avoid interference with other work requiring grading of pipe, the structure, finished walls, etc. Avoid crossing other work. Conduits shall not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3 -inch separation, except in crossing which shall be a minimum of 1 inch. 23. Conduits in buildings shall be exposed on unfinished ceilings and basements. Rigidly support conduits to the building structures using hardware bolted or screwed to the structure. The mounting hardware shall not mount the conduit directly on concrete walls and ceilings, but shall space the conduit away from the surfaces, strut channel clamps, or one -hole straps with clamp backs. 24. Provide expansion fittings at expansion, construction and seismic joints. Provide combination expansion/deflection fittings where conduits are concealed at these joints. 25. Group conduit in parallel runs where practical. Use a conduit rack constructed of channels with conduit straps or clamps. B. Cable Installation: 1. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment Page 16 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction shall be replaced by Contractor at no expense to the Owner. Cable shall be laid straight without splices except in the case of accidental damage, but without tension applied at any time. Slight snaking of the cable will be permitted. Backfill on the cable shall be pulverized material free from stones, rock or other hard or sharp materials which might damage the cable. The cable shall be handled with care at all times. The cable reel shall be shaft mounted or supported in such a manner as to keep the cable and reel from coming in contact with the ground or other foreign objects which might cause damage to the cable. At no time shall the wire be dragged along the ground or across objects. The minimum bending radius of the cable shall be 24 inches in all case of direction change. Care shall be taken to see that twists or bends of small radii do not occur. Any instance of damaged wire, observed at any time whether prior to installation, during installation, or discovered by test or observation subsequent to installation, shall be immediately called to the attention of the Owner's representative. The method of repair or correction of such damage shall be in accordance with the written instructions of the Owner's representative. The Contractor shall promptly repair such damage or make such corrections in accordance with such written instruction of the Owner's representative. 5. Minor damage to the outer jacket of the cable which penetrates to a depth not to exceed 0.02 inch, observed prior to or occurring during construction, may be repaired if approved by the Owner's representative by covering the damaged section of the jacketed with two layers of a suitable 10 -mil vinyl tape, each layer half -lapped extending 6 inches beyond the end of the damaged section, and Glyptal coated. 6. Damage to cable of greater severity than that set forth above, observed prior to or during construction, shall be immediately called to the attention of the Owner's representative. The Contractor shall promptly repair such damage or make such corrections in accordance with such written instruction of the Owner's representative. 7. Damage to the cable subsequent to burial, discovered either through test or observation shall be repaired by a method approved by the Owner's representative. This may involve the replacement of a short section of cable with splices made in additional terminal housings, or the replacement of an entire section between terminal housings already installed. No buried splices shall be used for repairing damaged cable. 8. All splices of the cable shall be made in junction boxes or pull boxes. Where installation procedures require the Contractor to splice the cable, boxes or enclosures appropriate to the location of the splice shall be installed as required at the Contractor's expense. The location of such boxes or enclosures shall be directed by the Owner's representative. 9. Where cable is cut and box or enclosure is not immediately installed, the cable end shall be sealed by means of rubber boots, or plastic tape. C. Antennas and Coaxial Cable: 1. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. 2. Antenna shall be oriented for the correct polarization and securely fastened to the mast. Mast shall be aligned so as to be vertical and clear of obstructions or overhead lines. Mast shall be mounted at least 10 feet from any components of the system being monitored. Mast shall be adequately grounded. Orient the antennas in the direction required. Coaxial cable shall be restrained from movement on mast by clamps and hangers placed at 3 -foot intervals. All coaxial connections, hangers and fittings are to be tightened to ensure good contacts and secure installation. Feedline losses shall not exceed 1 dB. 3. A drip loop shall be provided at wall penetration to avoid water migration. Care shall be exercised to avoid exceeding the bending radius or number of bends for the coaxial cable Page 17 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction as recommended by the manufacturer. 4. For wall penetrations, a penetration kit specifically manufactured for the purpose and specified herein shall be used. Installation shall be in strict accordance with manufacturer's recommended procedures. Field fabrications shall not be accepted. 5 Grounding of the coaxial cable shall be with the use of a manufactured kit specifically designed for that purpose. Field fabrications shall not be accepted. END OF SECTION Page 18 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 91146116 1V LII1N9flS 1VNhI SCUM 7MJ -n n m z a • wo OJI. STEVENS WATEII TPEATMENT PLUIT PACINXIRS FEED OPTMRRTION IMPROVEMENTS• FLUOIOEE COYER SHEET CITY OF CORPUS CHRISTI' TEXAS 4111111 IUTIUTIES . DEPARTMENT Oava.im.n+ r■ [ng;rr..r4q S., kn ---InFart I arthl,acu I s. roye f " c? I g 2a fi iti 4 i4 4 I? I E 6' i r r r gi •• 6 g a REM DESCRIPTION UNIT ESTIMATED QuNWrnY BASE 91D M �� g 9"M SER i. / 111 €• igiA Fggp th -- 4 aa= 4e e� yy$4e ie. T $S Po 3 9: GENERAL .61 wow, srre !IAN C v' AS 1L G H € 5 l 111111; b y g' s€I AAA .:RR g g Ba P 2 SSggpp S8S$ P a mS HC g g mea u uqa o f U� iii 2 r.r s 7 ay s L 99922“2 mmesa:rynn� M00000 1' .U999 P ii. ,? ,. 'A' Hi PC VOM S F G 888P9 P 1 P P 000010 A A A A A A G 2 S S Y P 2 n aaaaaa�a��'J =3aaa�� pY-, 99 frq �s FEF's ' ZMNO `ei� 996 F ii n - Y C . a 22 VXii . C S S S S S: S Z; 1 �GGG; �' �J ✓i 5 5 P �: p gg a P resew 445 p " c? I g 2a fi iti 4 i4 4 I? I E 6' i r r r gi •• 6 g a REM DESCRIPTION UNIT ESTIMATED QuNWrnY BASE 91D M �� g 9"M SER i. / 111 €• igiA Fggp th -- 4 aa= 4e e� yy$4e ie. T $S Po 3 9: R N.= C v' 1L G a .. G- o Y &T', b y 888 .°', S 8 T E 6' 88 '-:. Y N C# E$& w 5 3 s x L G N S 8 X E H§ 9: R N.= C v' o. a .. G- o Y &T', b y g !` AAA g g g g P P g fi fi P 2 2 P a mS g g A fi fi A S S S z R iii OddOddyyF�i"'-' 1' Odddlll Hi VOM 11 3 g r A A A A A A G r w S S Y OqS 2 E R aaaaaa�a��'J pY-, 99 frq �s FEF's ' `ei� 996 F ii n - Y C . a . C S S S S S: S Z; 1 �GGG; �' �J ✓i 5 5 P �: p gg a P OAL STEVENS WATER TREATMENT PLANT FACILITES FEED OPTIMIZATION IMPROVEMENTS. FLUORIDE SHEET INDEX & ESTIMATED QUANTITIES CITY OF CORPUS CHRXSTS TEXAS .l...- DEPAUTILfTJES RTMENT rmone of Engin.ering .,-t. vgfrtn 1 rhiicci 1 nr2 GIL STEVENS WATER TREATMENT PLANT FACILITES FEED OPTIMIZATION IMPROVEMENTS -FLUORIDE OVERALL SITE PLAN CITY OF CORPUS CNRXSTS TEXAS .l... - DEL UTILfTJES EPARTMENT rroonf of Engineering •r • Liw rarar>t w.t.ar..r.,.o rM ryi: PATE... a. 0 iii iti _ 1,�, 1 ;_1 [ { . i I..,. Y„ .1 1 1 Ini+ I WRY 0.N. STEVENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION IM PROVEN ENTS- FLUORIDE DESIGN CRITERIA AND TYPICAL DETAILS A CITY OF CORPUS CHRISTI ro as UTILITIES DEPARTMENT dGparmmi a EnpMwdg SwWou Ine $ 1 architects 1 suisratres , :. 3 IIG !NW WRY 0.N. STEVENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION IM PROVEN ENTS- FLUORIDE DESIGN CRITERIA AND TYPICAL DETAILS A CITY OF CORPUS CHRISTI ro as UTILITIES DEPARTMENT dGparmmi a EnpMwdg SwWou Ine $ 1 architects 1 suisratres , SWIM 0 �,.,.ns �.�MTE F P 0 0.N. STEVENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION IU PROVEN ENTS- FLUORIDE FLUORIDE CONTAINMENT AREA PROCESS FLOWDIAGRAM A CITY OF CORPUS CHRISTI Texts UTILITIES DEPARTMENT o.pa.k,.ni ea Enigma/1w SitrAna 7":A Ioten 1 ardttects 1 autveyofs r 115al pi a a cern O.. AM 05NOnJNWAN 1.9 NV PAL STEVENS WATER TREATMENT PLANT FACILm ES FEED OPTI11126TIOM IMPROVEMENTS- FLUORIDE FLUORIDE FEED SYSTEM POWER AND LIGHTING DEMO PLAN CITY OF A coRPr+ TE eNR+s TEXAS m,- UTILITIES DEPARTMENT Department of Engineering Senrioaa -CI waruv111n..----1 -1 • 1• .1g 1 = 0 = al = i s. t 1 1 ni !. illie 11111111.11111111110 A " EU 44 il ot .11 ; aaaa s• ,',v a a .,.• ,1--- sr" 1 -•.-.-..-...-----.-...-----ll 4 dd.fildOdd it d SIA 61 61 d s c-14 ilt g iii" 1116i i 1 111111 I II6111i g l ii ll egi ( 1 ' .! Jr I i i : • - • - - 1 01./111 1551. ••N • .11•116. O.N. STEVENS WATER TREATMENT PLANT FACI UT1 ES FEED 0 PT1II IZATION IMPROVEMENTS • FLUORIDE FLUORIDE FEED SYSTEM EAST LAS SWITCH RAGE & PANEL PP -7M CIRCUIT SCHEDULE ...it CITY OF CORNS CHRiSV TEXAS m, - UTILITIES ......-.... DEPARTMENT Depart menr of EnginserIng Servkas 1.1114V rsoitz,1:vulacis1vrr: -1 • 1• .1g 1 = 0 = al = i s. t 1 1 01./111 1551. ••N • .11•116. O.N. STEVENS WATER TREATMENT PLANT FACI UT1 ES FEED 0 PT1II IZATION IMPROVEMENTS • FLUORIDE FLUORIDE FEED SYSTEM EAST LAS SWITCH RAGE & PANEL PP -7M CIRCUIT SCHEDULE ...it CITY OF CORNS CHRiSV TEXAS m, - UTILITIES ......-.... DEPARTMENT Depart menr of EnginserIng Servkas 1.1114V rsoitz,1:vulacis1vrr: i s. t 01./111 1551. ••N • .11•116. O.N. STEVENS WATER TREATMENT PLANT FACI UT1 ES FEED 0 PT1II IZATION IMPROVEMENTS • FLUORIDE FLUORIDE FEED SYSTEM EAST LAS SWITCH RAGE & PANEL PP -7M CIRCUIT SCHEDULE ...it CITY OF CORNS CHRiSV TEXAS m, - UTILITIES ......-.... DEPARTMENT Depart menr of EnginserIng Servkas 1.1114V rsoitz,1:vulacis1vrr: 0 • e2 ulna AN ttretiroAllar Inv 6 0.K STEVENS WATER TREATMENT PANT FACILff1 ES FEED 0PTINIIATIDM IMPROVEMENTS • FLUORIDE FLUORIDE FEED SYSTEM DEMOLITION ELEVATION PHOTO SHEET GTY OF CORNS CHRISTI TEXAS r..- UTILITIES DEPARTMENT Department a Engineering Services I mews .400 •GGE 0 N 1 9 91 Ii t15 N.? PL.i H 11 ig ; 4 4 g 2 8 z 3 F 1\N Mr/ O.N. STEVENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION IMPROVEMENTS - FLUORIDE FLUORIDE CONTAINMENT AREA LIE MO UTION PLAN • 4. / . 0. e • a 4 .5 • r. . 5 •C> • 4 • prim CITY OI CORPUS CHOi75T? TEXAS 1111411 LtTfLiTiES DEPARTMENT Prrparf morrr 0 Engingerjng Ser00.5 anweers 1 arc.1-4acts 1 sunwurs ffr.irel`trV:: 9 4 0 O.M. STEVENS WATER TREATMENT PLANT FACILITES FEED OPTIMIZATION IMPROVEMENTS -FLUORIDE EXISTING PRECAST MANHOLE AT OLD FLUORIDE INJECTION CITY OF CORPUS CHRXSTS TEXAS .l...-UTIUTJES DEPARTMENT ,o -none of Engineering Service. Liw v�araf>t ee6"tat. mm m z 2 0 m Q 'D G O.N. STEYPNP YMMIP TRPATrM(T PLANT FSOAITIE/ PED OPTIMIMANOIN IMPROYEMENTM • FLUOME FL DOR IDE FEED SYSTEM INSTRUMENTATION DEMOUTION PLAN CITY QF CORPUS CHRISTI TEXAS UrlLIT ES DEPARTMENT BeportmenP o Enpinee,Jnp ServJcea Ngo 1orthltrela 1• E r IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII•IIIIIIIIIIIIIIII L I I J LI III II II II III II II III II II III II II II III II II III II II II_J T IIIIIIIUI■IIIIIIIq■IIIIIIIq■IIIIIIUI■IIIIIIIII L J L J WARS O.Lai InitElter as = �:. P e�mQ�f3A tl sN tlYdN M A3lllx A axs ee. e M• 1 1 111a I III pI ��. 3. gggqr 1!!!!u jd$SW 001 b ,A!17.7.q££""" EE C�C!l25+ e, WMA E^Y:g� 84 !ll ! .. 1 etttt 1 110 T; d69d 1 py 11; ag1 1 C PU llIEYENI WA= 7REA1NMF Num F=1111115 O- NN IMPROVEMENTS RUOIMIE FLUORIDE FEED SYSTEM INSTRUMENT DEMOLITION PLAN FLTR•A REMOTE !O RACK • DEMOLITION A��1��a--\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT Deportmen! of EnpinaerJnp Sonless rynelera rdlRNm 1 • 1 4 1 g4 d tt F N 11 Q ❑ 112,1,4 RDd 4:m 4-p ❑ 0 w tl p !TAW antnituerox C.R. SAYERS WRIER IREA1MMIT MART FACIIIIlS FEED SPTMIEAIWN IMPROV EMEIfIS - RROIMPE FLUORIDE FEED SYSTEM EXISTING FILTER -1 REMOTE I/O RACK 6 FLUORIDE EMERG. EYEWASH ALARM DEMO CITY OF CORPUS CHRISTI TEXAS UT LI TIES DEPARTMENT Deportment' of EnpineerJnp Servfcea ryneiera nfinEela 1 • tt m_ m� me n0 m 00 z� 16! F y cSI w 0 1 w 0 p antnRueriox C.R. 1TEYERa WRIM11REA1MMM Rum FACISl11E5 EIfl OPTIMIZ 1lON IMFROYEMENTS - RIIOMME FLUORIDE FEED SYSTEM EXISTING FILTER -1 REMOTE I/O RACK 6 FLUORIDE EMERG. EYEWASH ALARM DEMO A��1---\\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT Denortmen! of EnpinaerJnp Sonless njoviera nfinEela 1 • 1 w !TAW antnituerox O.R. SAYERS WATER S EA1MEIT PLANT FACI1111/5 FEED QPTM PLA1W11 1MPROVEMENIS• FLOOIIDE FLUORIDE FEED SYSTEM EXISTING FILTER -1 REMOTE I/O RACK 6 F LUOR I DE TA NK 6920 LEY EL DEMO l 1. CITY QF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Denortmenl of Enpinee,Jnp Services ryneiera nfinFela 1 • 1 w O.N. SlEVENS WRIER 1REAIMMR!LNM FAMITIES PROD OPIMRAIMN IMPROVEMENT{ - RLUUIME FLUOR IDE FEED SYSTEM EXISTING F1LTER-1 REMOTE I/O RACK 6 FLUOR I DE TANK 6921 LEVEL DEMO A��1��a--\,,, CfTY QF CORPUS CHRI57! TEXAS U71LITIES DEPARTMENT D om men! of EnpinaerJnp Sonless Ngo 1 nfinrels 1 sprayers ,eR 1 tt g 9 16! F F N i 3 L 2 a m _ mcn z m 0 'a 0 z� w p 13 O.N. SlEVENS MAUIR 111EAUMR RANT PACA/1Mi FWD OPIMRAIMN 1MPNOVEMEMfi• FLUO ME FLUORIDE FEED SYSTEM EXISTING FILTER•? REMOTE I/O RACK 6 FLUOR I DE TANK 6922 LEVEL DEMO A��1---\\,,, CIF CORPUTY S CQHRISTI TEXAS UTILITIES DEPARTMENT Doom-0mm' of EnpinaerJnp Sonless. LNV '..�...u�... ryneiera nfinrela 1 • ti 111 0 Id 3L� 2 a e II o a v r 5 w O.N. S1EYOlS ■AI01111EAMMR PLAIT FICA/TRS FRY RPISRIA1WN IYPSOVENIEIflS • RIFF FLUORIDE FEED SYSTEM EXISTING FILTER4 REMOTE I/O RACK 6 FLUORIDE TANK N927 SCALE DEMO A��1---\\,,, CfTY QF CORPUS CHRI57! TEXAS UTILITIES DEPARTMENT Oenortmen! of FnpinaerJnp Sonless. ryIeFr 1 nfinrela 1 • 1 w Q d 95,16 1TEYEna WAFER IIILAFMBIT PLANT FACI11114; FEED CPTMRAFWN INPMOV EMEMTS - FLUON IE FLUORIDE FEED SYSTEM EXISTING FILTER -1 REMOTE I/O RACK 6 FLUOR I DE TANK 4928 SCALE DEMO l . CITY QF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment' of Enpinee,Jnp Services ryneiera niF1eela 1 • • I HATCH PATTERNS 2F ,q 33"qR n Ifi TYPICAL LEGEND/SYMBOLS LINETYPES SYMBOLS N �\\ PFP 1 r pp, 2a2a ',7949 --7r.rr---,3""! " i1 • n ^�'Fr k." �P •ak3�� �iin9a_ pFF� '''��� C ? " 9 F 3pn ...dd 54p 9 Y w ;1 C . " ... " : •• -8?F "- n :•.ye ScSr.S F" r�assRr,r __ `-,E' 7S$�.p g- "R p 0 k• - ; -9• v P GENERAL ABBREVIATIONS E A Y S G i w ®R•-P1•@•.*-�1eeo N e4, 4Ri i R I 5 9 Miiy!� H a" n 9 t a DETAIL/SECTION ID SYSTEM TESTING SCHEDULE 1, g„.,,ki, -W- *;[g R9 Sill l'Ill ;gal €4An iia qga gg gy V F v F; eAn 00A9®® nE , i!i fr11$ a 0 P • 3rygp!= i n 52 N' F.1RFFS:SS S%�0 vvo 1 ^v.4y H 78 S €qP�E 994N •��pf is -20 4 z\c g IIII II III II cEp ¢® :% ti ;. �ly n 6 Lt 1 1 C.N. STEVENS WATER TR EATMEHT PLANT FACILITIES FEED SPIINNAIIUN IMFRCYEMEYITS- FLUORIDE CITY Di CORPUS C+-flif$T? TEXAS �.�p.A� LNV w..rn ..r anomers I aTcrreuts I surkware a ra..:.i. .� rral:,'.� ..uwxcm� .. !•3 W '. ,I.' ,,,,, 11 TYPICAL CIVIL LEGEND AND TESTING SCHEDULE urlLlMES .E.T. DEPARTMENT OFAVMm•M vF Fngin Denny- Smrir. ns m ®®o J g OM-STEVENS WATER TREATMENT PLANT FACILITES FEED OPTIMIZATION IMPROVEMENTS - FLUORIDE YARD PIPING & IMPROVEMENTS PLAN CITY OF CORPUS CF}RISR TEXAS UTILIRES 0. DEPARTMENT ...lent e0 E0glrtee010g Servleae LNV...�...v.b.. erOneere 1 arelYeea 1 eW.eyere F� 33 $ EEE F .1;"1.7 0 �� pip,[yi Q •"GR 3� gg 4�% Y$ i V 6 "9 Sk $ Q€ Eh a""CC l gg�,'� � km I I 111 rn " p"�{phi J• 1"1 1' R'J .1 I F� 33 $ EEE F .1;"1.7 0 �� pip,[yi Q •"GR 3� gg 4�% Y$ i V 6 "9 Sk $ Q€ Eh a""CC 77 Y gg�,'� � km 3�=R 2'R yy p"�{phi iia PA giNi i 4 n NMI lb MEAN a$ 4 OM- STEVENS WATER TREATMENT PLANT FACILITES FEED OPTIMIZATION IMPROVEMENTS- FLUORIDE YARD PIPING DETAILS 1 OF 3 CITY OF CORPUS CF}RISR TEXAS UTILI RES DEPARTMENT ❑eparfmanf 0 EnglneeAng 5arv9cea LNV...�...v.b.. enOrmere 1 arehleee 1 einwore dew 11 114 U O.N. ST EVENS WATER TREATMENT PLANT FACILITIES FEED CPTINIIAIION IMPROVEMENTS — FLUORIDE TAM PIPING DETAILS 2 OF 3 Crrr or COAPTS CHRIST? TEXAS LfTrLrTrES .�.....5 DEPAATMENT 0epuMmEM 0 Engin0rjng 5000.5 LNAI en veers 1 avaects 1 a rca+ore 0.N. STEVE N5 WATER TREATMENT PLANT FACILTES FEED OPTIMIZATION IM PRO V EM E NTS — FLUOR ID E YARD PIPING DETAILS 3 OF 3 CITY OF CORPUS CF}RISTI TEXAS UTILIRES Eft.= DEPARTMENT Department 0 EnglneeAng 5arv9rea .D0R�74 I ouvoym ®ego... :MI.:: .. ... .. . , 2' ' -2 Er 1 n- '4 ocomr,:e r4r Li. • oce zoo, ..rm DESIGN STDS. & CODES OF PRACTICE REINFORCING STEEL ..111-1.6•15, CROIX 1.6 UNA row -rim - 11131.19 WM MEM WIND DESIGN .F. . - g • R 1:' NOTATION DETAIL IDENTIFICATION SYSTEM DE60_ gfLT 6"E`E` E E IDE -T Er MEL • . 1•C E. .CrE MATERIALS • ‘t,,,,\mS' . =4M • RN R • ;,2 gE 'g =g 1\4, E .-m . ..... "IP TP :' g ca ': 5 h 7,; - _ - 2 m 77 =7A,' T'-,.!mm"4.7ArLA,j74. '. . ,'!, g7I1A..:- 'E"A';'r.;'' .'trr:.:'; kgT'_7'r..,.. p'7:lqi..i1.. 7"_', 0,77.2.A;7-'m:i-::44. A - — 2 .t. " 2 , 2 g F' ; T 0 s 1 : , , .‘: , , A'A.. F: _ o0i mM=0-',7,7.L.g44rl..7.., :A. -,.i"RLM,••-e-Tm"7s.0 - 2 --,7pT ! M %,. F; ' F . 4 A , A 0pggA F • ", ' ; '9 -' 2,' 7. ..: 2 7 v. _: r,, o o i 7 . IT 2 0., z ! - qi '0 -,' P":1 4 g LM 'rr.' . g A,g . i g Aa ' g ..„ ", €, ,:. 2 -, ,="-, . . '.." Il g-=, , , , g 2 - - : #F5 . g CONCRETE NOTES CONT. I C -nor 1.-1 or : TE- 17I rr-u U1,14.1. L --re C . • TI;TIIIrLIJX:11.7.771.:1"0=TIZ147,r1Z:114..;•r -• ErE STRUCTURAL STEEL NOTES m T -T_ . , 2, LL BEFORE YOU ' MZISni 81I re_ R„ T .. 7-h - „gl,T, ; .7- •Ag p LI " z vl i . .. . . .... .. . ,.... 2 ...., P.: &&r25 of 70 O.N. STEVENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION IIMMOVEMENTS - FLUORIDE CiTY OF CORPUS CHRISTI 121 TEXAS Ullffir ,..17=Z:: I I ' . ... '7 1 FLLFORIDE CONTAINMENT AFIEA GENERAL NOTES & DESIGN CRITERIA U %ars W ° DEPARTMENT ,,,,,,. 27 0, En0.4,9 2...r.7 ominous NOON* SOW. 2.."422.21.M.2 - ma Iv: :..,``..->. ,,, z 3 1119.0,1. O.X. STEVENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION I Ii»ROP E M ENTS - FLUORIDE FLUORIDE CONTAINMENT AREA LAYOUT PLAN CITY OF CORPUS CHRISTI TEXAS —_ rUTUTrEs .�.,..�. DEPARTMENT mens of Engineering Services LSI 1 1 r MX•rjraT Mal v l'FILLL ''' '''') ,7,,AW Aar ,F6 ip gg 4 3 ....................................................,................g..,............................... mLl a ?�. _ J " `... or 'km2 _�L _ g.. O i k I I I 1 1 3 � 440P .:: I mG 'a _ 'a - - k A 0° F7 y.Y3 S- tAP 41 1 -----_- 1119.0,1. O.X. STEVENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION I Ii»ROP E M ENTS - FLUORIDE FLUORIDE CONTAINMENT AREA LAYOUT PLAN CITY OF CORPUS CHRISTI TEXAS —_ rUTUTrEs .�.,..�. DEPARTMENT mens of Engineering Services LSI 1 1 r MX•rjraT Mal v m 0 z r -i E1 3- 3-- z — a a ON. STEVENS WATER TREAT M EIIT PLANT FACILITIES FEED OPTIMIZATION IM EDITS—FLUORIDE FLUORIDE CONTAINMENT AREA EXTERIOR ELEVATIONS CITY OF CORPUS CHRISTI TaAs — _ rLTIuT:Es DEPARTMENT Department of Engineering Services L1111.I WWM • NoE 8 ,fflEo t • MAME. MO' IWINMNIL 5 MN. STEVENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION I IMMO,/ E PA EDITS - FLUORIDE FLUORIDE CORTI/AIRE/IT AREA HEW CO !RAJ M ENT WALL SECTIONS & DETAILS CITY OF gi CORPUS CHRISTI TEXAS mars Foo-Fo DEPARTMENT Impartment of Eng/neer-fog Seraces animas 1 ROMPER 1 NOrmyste =Wen= :1'41E= UO •WIM Dia 114 11111 U 11 VON 31VNI:1311V .1111111111111111111111111t. 1111.11.1.011111,1tttt111t11if II 1111111111111111{1{1} 11111 11 111 1111{}11 •••F ;1 19 8 7 L 11111111111 it 111 ••• 1911••••• 1 O.N. STEVENS WATER TREAT M ENT PLANT FACILITIES FEED OPTIMIZATION I IMMO V E M EDITS - FLUORIDE FLUORIDE CONTAINMENT AREA P ROPO$ED INJECTION VA ULT PLAN & SECTION CITY OF CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT ilopartroont of Engineering Services UM, ,..17:ZZIN. MOM WM 1 MOWN* 1 SOW. RAM:Mon VON 31VNI:1311V ROADWAY VANHOLE RING .V COVER NOTES, Z 0 0 E (emu) 3r4V2JJ JO NOLL035 1N134 310H ACW C35010 2 fr i101111, 1111E. =.1=•••••=ammrigi mIn!•••.mm•N Mahn N Li.2. O. N. STEVENS WATER TREAT M ENT PLANT FACILITIES FEED OPTIMIZATION I IMMO V E M EDITS - FLUORIDE FLUORIDE CONTAINMENT AREA PROPOSED INJECTION VAULT SECTIONS & DETAILS CITY OF CORPUS CHRISTI TEXAS Ununrs DEPARTMENT ibspartment of Enginsorrog Services n /IF Vaii 01019401 1 SOWN* 1 SOW. WM= Mon Mal ra i 1 1 g F Y E IDENTIFICATION SYMBOLS 1 "Y.. < %[1..i.P,, g 1 jT�'j}} ° LJ 'iliJiii5i1EI! �jrQj4` [iL,J ,L, �j$7� r jj i W L.1 Ll iiiii'iii@Eii9 1 pgK I`y'j} }' L,J W LJ 3 ig} g} c ii i i l -El 9 {� i 9 PIPING SYMBOLS 1 C it F e 21 I it 3 C {I i i i 3 333 li �� i d q 1 i E i 1 2 2� yE rr...r... A. p _! ��sv�g. �� g 3 3 3 333 3 9 3 9Y A PIP F i 3 5g nP ea $ 55 i F MECHANICAL SYMBOLS t 2 11 �n R a ; 3 33 3 3 "Ns g ti$4 ABBREVIATIONS Ag, S�P9SWW0g8 °3i 9iF. ATAAFF,SBleaa/ §i„� 4,S.:h'�'°p$p^A `I1� g 11gCP$:; g�R as F== 1,r FLOW STREAM IDENTIFIER R C I PROCESS LINE SYMBOLS g g 1 6§B g LINE SYMBOLS r e .m 1 F I: A I� 0.N. STEVENS WATER TREATMENT PLANT FAIMRROSMNDO-TVRATON CJ7}` OF CPUXRISTI � "".7\" e.glneera I araltern 1 sur.cyars ,o,,,,,,�,�„ .1=2:I ...•-.-.-. I �pp S•'••iI t .,.' If I I :,:.i i:._?� II I € MECNANICAL LEGENDS AND SYMBOLS DL7ILITIES DEPARTMENT rimmi of En la .n7 a r4 r d p 0.N. STEVENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION IMPROVER ENTS -FLUORIDE FLUORIDE STORAGE AND FEED PLAN A CITY OF CORPUS CHRISTI roar UTILITIES DEPARTMENT Oopn11mm1 of EopMw4g Surlou engIsseen 1 a di ecn 1 'rs 1`�.,..°.. 01 rrn n 0 z m 0 x IIlir 1-13 • 1017 • vC • {• 11 1 ill,d,0.1 Ilfi 0.N. STEVENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION IN PROVED LIFTS -FLUORIDE FLUORIDE STORAGE AND FEED SECTIONS AND DETAILS. I A CITY OF CORPUS CHRISTI roar UTILITIES DEPARTMENT Oapn11mm1 e! aphmaring Swrfam engineers 1 adtect 1 surveyors a 11.1.13.211. 4.1311.41.1.1,0“111:16n 0.N. STEVENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION IMPROVEMENTS -FLUORIDE FLOVRIDE STORAGE AND FEED SECTIONS AND DETAILS . II A CITY OF CORPUS CHRISTI roar UTILITIES DEPARTMENT daparmmi e! WAN/Mg SAnAna Ineen 1 a+dttects 1 surveyors 1 LL I IL" I d di-Lil `t kl 91 D-1 N D71 °-1°4 F5 4a s LJ T S. PP u6 40 se a 4 7 4 4 f1 4 q 6 s E p T 1 mom �4m m4m MEY Iipi i 4, 5.�3� r 4 TT 1 44m g G i ,E i '�S.Sn t SSp.6 °° .o111o4°11OQ (-' 4^ 9 4 F 8 0- 5 �'5 f H i jf? C F F '� C f p CJ£`� s 1 IU R N 11 � ° e d E6 tl: up e: y) g 7 (. R � .�� 'R .' • Vim; 1 2 1 1 1 9 I r r E Z^_/� R. A j 0 R 2 A R o R P- X F fry T1 . p1/14 AN Et.. ttnsiniaNN + IE • il ap I' cn Ca g 0.K STEV EMS WATER TREAT ME Mi PLANT FACILR,FS FEEDOPT1MI26Tl( IMPROVEMENTS • FLUORIDE CORPUS Orr OF CNR+Sr+LINIV TEXAS UTILITIES DEPARTMENT of Eryrneerfnp Serrkea �,, ,,,,,a �� --•-w-.- I yxvarus . ale.,: 4.:, . 4 h _ '. AAit ELECTRICAL SYMBOLS LEGEND r . :.M.. I an:Mach m.,.e.�w �...""" fleportmenr Z3 aNf QIL STEVENS WATER TREATMENT PLANT FACILff1 ES FEED OPTINIIATION IMPROVEMENTS • FLUORIDE ELECTRICAL GENERAL NOTES CITY OF A coRPr+ TE eNR+s TEXAS m,- UTILITIES DEPARTMENT Deparfinenl of EngrneerXng Sento s vz rp R 5 NVld01411H011 74311404 ---------- u NA It 2 un CID RI 0 , 17 III: IIt , \ • -' g ff gt 1...."' - I ,Sli TS2a .plp z.... u. .FE / II --A 1 44m ------1 -7.1.1 rig4 ••.-',.*..2' 1111 rag .II sz.R, .:1 e 0 II/ treji, L. liq [I 11 AN tonsinunur .1•111a rEm ORRITIf • 3i Olt i I 1 OAL STEVENS WATER TREAT MEW PLANT FACI UT1 ES FEED OPTINIflTI4I IMPROVEMENTS - FLUORIDE FLUORIDE FEED SYSTEM POWER AND LIGHTING PLAN A CITY OF CORNS CHRiSV TEXAS m, - UTILITIES ........- DEPARTMENT Departmenr of EnginserIng Servkas LPIV onsrmsin Ia.:Mach I s.nsvas F DI ST CR0J,0 COLE tl� 1 NNL 1 QFLSTEVENS WATER TREATMENT PLANT FACT im ES FEED OPTIMIflTIOM IMPROVEMENTS• FLUORIDE FLUORIDE FEED SYSTEM GROUNDING PLAN CITY OF A coRPr+ TE eNR+s TEXAS m, - UTILITIES DEPARTMENT Deparfinenl of Engineering Ser kas I s.nmor. EUMEID E i m m fld DN SOC 1131 IW1 CHSd Pi aN� fiNt AMNION 00 • 1 QIL STEVENS WATER TREATMENT PLANT FACILm ES FEED OPTIMIflTIOM IMPROVEMENTS- FLUORIDE FLUORIDE FEED SYSTEM ENLARGED DOSING PUMP SHED LAYOUT CITY OF CORNS r+ eNR+s TEXAS m,- UTILITIES DEPARTMENT Deparfinenl of Engineering Ser kas rr¢r«P1 avWcaM 1 V2:71 E i x 4 135331:0 o33.37 • • O.N. STEVENS WATER TREATMENT PLANT FACILflI ES FEE D 0PTIN126TIESI IMPROVEMENTS• FLUORIDEit FLUORIDE FEED SYSTEM EAST LAS SWITCH RACK& PANEL PP -7R CIRCUIT SCHEDULE CITY OF CORPUS CHMSV TEXAS m, mUTILITIES DEPARTMENT Deparfinenl of Engineering Sento s rsoitz,1 vulacM 1 AKryOri It i s. E ji I 1 ! 33 6 6 i i C i 1 i 11 € H( 11 !ii i . 44N a 08V 6 \ii% a� alb alb iE 6F 1, 0 0 fil 0 61 81$ 0 e0 0 0 1,1 0 a 0 0 i i i i i l i/ 1 11 `; g1 i R i i A i; F6 gl { k C N R C 6 i i _ 6 i - 135331:0 o33.37 • • O.N. STEVENS WATER TREATMENT PLANT FACILflI ES FEE D 0PTIN126TIESI IMPROVEMENTS• FLUORIDEit FLUORIDE FEED SYSTEM EAST LAS SWITCH RACK& PANEL PP -7R CIRCUIT SCHEDULE CITY OF CORPUS CHMSV TEXAS m, mUTILITIES DEPARTMENT Deparfinenl of Engineering Sento s rsoitz,1 vulacM 1 AKryOri It i s. E ji 135331:0 o33.37 • • O.N. STEVENS WATER TREATMENT PLANT FACILflI ES FEE D 0PTIN126TIESI IMPROVEMENTS• FLUORIDEit FLUORIDE FEED SYSTEM EAST LAS SWITCH RACK& PANEL PP -7R CIRCUIT SCHEDULE CITY OF CORPUS CHMSV TEXAS m, mUTILITIES DEPARTMENT Deparfinenl of Engineering Sento s rsoitz,1 vulacM 1 AKryOri It i s. E 135331:0 o33.37 • • O.N. STEVENS WATER TREATMENT PLANT FACILflI ES FEE D 0PTIN126TIESI IMPROVEMENTS• FLUORIDEit FLUORIDE FEED SYSTEM EAST LAS SWITCH RACK& PANEL PP -7R CIRCUIT SCHEDULE CITY OF CORPUS CHMSV TEXAS m, mUTILITIES DEPARTMENT Deparfinenl of Engineering Sento s rsoitz,1 vulacM 1 AKryOri It 2 cern IMININ PAL STEVENS WATER TREATMENT PLANT FACILff1 ES FEED 0PTINIIATI®N IMPROVEMENTS • FLUORIDE FLUORIDE FEED SYSTEM ELECTRICAL INSTALLATION DETAILS CITY OF A coRPr+ TE eNR+s TEXAS m,- UTILITIES DEPARTMENT Uepartmenl of Engrneerrng Serwoee I.x,.v«. ZIMEIE Ill 110 I Pt IP 11 H ©0 k D IP E ® F M. $ i rig il lir g ' 111Pig rig 1 g p; t11 $1 oI of o% of ol aye 0i ol ! 665 I P IMP r :"1"114110111 :iftomesp lia4�t}�`}gil4iT 1 14110 g}} _r ri pli¢E}E'@.W! Gal fINIPI N�]d'6€ } l¢ rill 4 i' NNeNNNNNE 11111111! ENN NErNNN 1g g ' 3Naggi3 1111111€ €' '1151111 §411gg3 11g1111g16g61 17651 f1aysg *.§.w.i 11161111 $€� 5 d r ala 636i 68 11111111 111 111 61511 8 s tg g lENa 4 .., /mop 00 11 11 �0 (1) il o 0 11 11 (q1 VJ a 0 CD TIllgI 0 p,� A m ... 1 -- .•� l' .$-. i i€i S 0 1�� Q 1 3 k6 a 15J. k 0 i. �pi - 7�g ii it 'ri , sp - i, �a -fig:.f �a i1 . TIM i .i 1111 Pg milp .,,,..„.1..,!.) Tir s 1r QY �Y a �C °106 06 °A <A �g o1 01 01 pIITlaa 111111111' 1; 11 o o IIP 1 000000 ir i as H ., RI i I 1 1 1 i €66l i E �ri�Fi'�iNi 0 0 0 0 01 i o 0, NOTES apa� 1.:1 a:s a§ ;p1� 6111,111 1 ill 0 11 1i 1 1 Q ii 0 eel, 1. k 0.41 STEVENS WATER TRAtVERT PLANET FRU LrTEs MED E.FEEVATION I NIPROYE.EEETS• FLUOBME INSTRUMENTATION& CONTROL SYMBOLS LEGEND (SHEET 1 OF 3f CITY OF CORPUS CHRfSTt TEXAS UTILMES DEPARTMENT Poog.fmrnr of EngfnrvrIng SErvk.s wn 2=0::r..wxcw� r2ISI Hr 11 Pi i ii!IS w w.M... ivws.n.au. i.e+n....w ..rwa:r..OPERATOR PILOT DEMI INSTRUMENT TAG IDENTIFICATION iECi 1 68ng5I5F{l! 1 8s8s 111115d yg 3i iggi !kfl g6 ell ,p Ci11 i1 11 i al ww,w� —ar, i i Ff. i .61 ..E... 6'I S rj i =WK. 11 INSTRUMENT TYPE DEEIGNAI s �7$A „ 1 .;A $s 7 .$70 i.w.wn€ 0•1111 epoRN$ 11.5 a S i a 5 $ = g ;E wr g.l. 4 .1 . .. �. ... EQ 7 ii5i 336 qe .1.51 .r 9 $ iEi F9:1! .;i 11. 1 .1I IMP En 31 13 €. aw..neu.mn $ 3 F e R ' R i s n 1 j n R R R eer.eu.. £rgq kk FF ....p.m ......,...q iE fs IS R ItSn 8 aRRR � ii 1 i .v..�s.�...w14*.i� 13 I� 6 R R �f ''''''''''''''m''''''''''''''me 1 it w.,wrre ww . INI S F:€ 1 .:1 1 F . . i is .FC I ..mn mvawcw.0R POI F8! CI FF 1 F f EE ..–w...–w. RR 04.10.5.1.nen FOR PiF PF FFP F R PPFMRI [RR F!? iR CE LEGEND lyse !€i ■ ! tj 4 5l w° a 1 �, 'xn E (i ! i 3 { i! r f1 i Q6i i . y1y wenac.cv 6 gg GG p€ .w xa.•ew €� c. UMW: 1,1C 1 .cmw ; 1 iown.n in �` O { F 1 € E E P F wnc 4.111.01...04.111.01...0ROM 1yF 1 It PFFF €RF €pF R €FFaR qC &EY � F wx iP' 1 1 i ! eF€€ ! 1 5 � 1 we..... ! 9 11 .rm gg g gR € p 33 p €i 1. E£ 1 e3! t£ a ■ .wren e e 5. a 1 ;r.. _„16El m [ i s i ,1 1111 i F . F 71 #F . FP .R€ 1 it g i ... rm.. 1 g ! 1 1 MISCELLANEOUS POO S[1IBOLS 1 1!9911 1 1 E iii €, 111 11111 1 pa i 1 ':1 1 W 1 1 4 I P �'- Mil %we-- ri1 • T3 i i •Olit 0116 Nil OM INE SOMBOLS 4li %I `! 1 [ V !Y1 A A0 N 1 1' Co 0.M tis 11NU01 iRAl11EBT Fula PaaurEs i® OlT�ATlPaI IM PROYEMENTI • AAIORINE CITY OF CORPUS CHRfSTt TEXAS 121 �,,,'..r"".v, = Liar nilo�weil�l 1 u€�� m 1 WSTN UM ENFATIO N& CONTROL SYMBOLS LEGEND (SHEET2 OF 3I UTILtTt€5 DEPARTMENT QeyvMm€nr of [ngfnrvrinq gar -Woos [ { T[ T CFECD VALVES H HD HD H -p - --0 ii ii 1 ACTUATORS PRESSURE VALVES TTF'{ 55F�E 5{ yFL ! ii;i Fi 2 Lag ul o u:r!r l�'J 4-4 1 Tg 0 T T Y-- T 1 1 €1 1 € 1 1 t: t k S a' k' uF F *EE * 0 ÷ mar ` CO r r i# [[ s pY �gi¢ i '{ Q F j R7 9 Yi V IEy c uLl oiI:i- i'u o - Dill u u I1i { y, 1 sT * T T p pp. go Ili! Zaaaa u T -<~ i 0* 11111 IIr Y'1 1 111 1 ii li € it 1 I! ; 1 0 4m,, --_ f ®0 ! 1 € 6 i 1 f 1 11 i S 1 z T � p 6 1!j P F r K 0 E :O i . ® ®O E 2= gt n ® i' �i i ; f 1 1i ' l l� i Y9y9$ �.� A!9 �7 � n Y 44'iltEl ■ Q ; 1$ 1 4, 4 C+i 6 11 4- AI ti,._ 4 T; 111111 8— i sl li 3i Ili 1 1 ! 1 11 l III # 6 ir ESN PmP ■ -.-< .� '1 irl CDfl -,13, 1,4 YYi i ®I,� Q r E gg'll fii n n 1=:a [ a A L L OE STEVENS WATER MEATIEST Purtr I NIPNOVEYEUT5• FLUSSEM FRU 11TE:i E� C T *T10X11 CITY or CQRPUS CHRfSTf'Mr iti'T�xbs w iwn .w ........p.a. snarnaaF 1 1 ure)rwF edr..e"°9':: i.,wi.Hw "^61X"" _*+' .. - y`t'� ' F INSTH UM ENTAI1OH& GONEROL $YMBOLS LEGEHD [S HEET32 OF 7J UTIL ES DEPARTMENT peyv.fmynl vF [ngfnFwinq SFrvkrs dao-ra�— — H Ty; 1 8] c.] ; f 1 ppp q� 77 3C 4 P E 1 m 1 1 --G a'' E ID 111 [EIb 111 h 3 ill 1 I e i YPEP r.� H�u F kw OP �,5 s a yyxx R 2^ : 4 o0. 1.11m m« ■e A 11 ♦J �' ,w„'."".v: of ��I I u W ......... -'"' c � OA STEVENS EWER iRAGINTIT TWITCITY EAdLIT I ®e T AGON IMPROVEMENTS-ROANET CITYor CHRfSTf TEXAS INSTR UM ENFA71ONA CONTROL GENERAL NOTES — — 11TiUTfES11 DEPARTMENT QsygMmonr of Engineering Sorvknr ON. STEIENS WATER TREATMENT PLANT F MORIEE STORAGE & FEED 'SYSTEM P&Ij CITY OF CORPUS CHRISTI TEXAS -- ..me w,.ryo,. i(Loi JAZ 4,41 .16 PCP C.SIFIVINI CUL /MYERS MITER TTNA►MEET PUNT FACILITES MED EPI UATtOM IMPROVEMENTS, FLUORIDE FLUORIDE FEED SYSTEM PROCESS & INSTRUMENTATION DIAGRAM CITY OF corrPTE CHRfSTt TEXAS UTiUfl€S DEPARTMENT Qsyg.fm.nr of Engfn..Nng S.rvkrs eer.uo"wtl1�r'n w.wxcwr r.�wi.Hw 0 3�e m m NVId NOIIVIN3V ldISNI a 91,16 IMMTIM O.N. SIEMENS INAIEP 1111•ANINIT REIT FA,CAIIN/!RY OPT INTANON IUPIICVELENIl • FLUOME FLUORIDE FEED SYSTEM INSTRUMENTATION LOCATION PLAN CITY QF CORPUS CHRISTI TEXAS YY'Y� ur+La.+rlEs DEPARTMENT Deportmen! 0 EnpinaerJnp Sonless ryneiera •nfinrela 1 • • rr, !TS,. n511 ..trikentni !M. SlEVENS MAT KAWINIT PLANT .C11111:* FWD OPTIMMATON FLUORIDE FEED SYSTEM EAST LAS SWITCNFLACK REMOTE LO RACK FLTR-A RELOCATION Cf7Y CORPUS CHRISD TEXAS V VLi ?VS DEPARTMENT Deocrtmee0 of EngrneerIng SorrIces LNAV ryneiera orthitrela 1 Y - rI pi - = = r T ii = I I I I -1----: !TS,. n511 ..trikentni !M. SlEVENS MAT KAWINIT PLANT .C11111:* FWD OPTIMMATON FLUORIDE FEED SYSTEM EAST LAS SWITCNFLACK REMOTE LO RACK FLTR-A RELOCATION Cf7Y CORPUS CHRISD TEXAS V VLi ?VS DEPARTMENT Deocrtmee0 of EngrneerIng SorrIces LNAV ryneiera orthitrela 1 , ,-.....1.................." pi - r T ii !TS,. n511 ..trikentni !M. SlEVENS MAT KAWINIT PLANT .C11111:* FWD OPTIMMATON FLUORIDE FEED SYSTEM EAST LAS SWITCNFLACK REMOTE LO RACK FLTR-A RELOCATION Cf7Y CORPUS CHRISD TEXAS V VLi ?VS DEPARTMENT Deocrtmee0 of EngrneerIng SorrIces LNAV ryneiera orthitrela 1 Et tl Et tl kR i SEAMEN. 16 liMgo MOSAfi .1-193 71.1..2171 06rOJT MLR 0.1.06114, MOoLLE OM, mwmcm; Loral, IINLMOBA MCH. NAM 01r6,6" MOOLLE MAMMA 9 9 C N. 57E16EI114 WA101 VIEA1NINT!Law FAC W 7lE lQO OFFORTA71EN IMPROVEMENTS - RIIOIMIE FLUORIDE FEED SYSTF]I RELOCATED FILTR-A REMOTE IIID RACK E I/O POINT ASSIGNMENTS A��1��a--\,,, CfTY QF CORPUS CHRI57! TEXAS UTIL T ES DEPARTMENT D por men! of EnpinaerJnp Serr ces Myr 1mrehltrela 1 arreirers 1 --------------------------------deie if if tl tl tl 8■g1 o ^^ •gy - i A 7 A A gyy A A ■gtl �l �l ■g4 ■gtl �l �l ■f ■g= �l �l ■gtl ■gi �l �l ■ge ■g= �l �l ■ga ■ge �l �l ■g: ■g� �l �l ■gu ■g �l �l i A A A f, : : • it i E 5 9 i Et tl Et tl kR i SEAMEN. 16 liMgo MOSAfi .1-193 71.1..2171 06rOJT MLR 0.1.06114, MOoLLE OM, mwmcm; Loral, IINLMOBA MCH. NAM 01r6,6" MOOLLE MAMMA 9 9 C N. 57E16EI114 WA101 VIEA1NINT!Law FAC W 7lE lQO OFFORTA71EN IMPROVEMENTS - RIIOIMIE FLUORIDE FEED SYSTF]I RELOCATED FILTR-A REMOTE IIID RACK E I/O POINT ASSIGNMENTS A��1��a--\,,, CfTY QF CORPUS CHRI57! TEXAS UTIL T ES DEPARTMENT D por men! of EnpinaerJnp Serr ces Myr 1mrehltrela 1 arreirers 1.. n511 ..tritLertni O.N. 21EVENS ■AFNII DIMMEST PLMIF F1,e,N11* PRP PPINRAIISN INPIIOVENE1F1f • RPPIMM FLUORIDE FEE SYSTFAI FLUORIDE PLC 1702 PLC PANEL LAYOUT A��1��a--\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT Deportmen! of EnpinaerJnp Sonless LNV '.....u�... rgnFFr 1 •nfinrela 1 snorers go •.5 Com' Via. 'IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII•IIIIIIIIIIIIIIII I:.;":: ' 't°IIIIIIIIIIIIII::1 WR. aF i tii 10M iII!1U li 11111111111111111111111111111111111111111111 i�ss��I — . 11- r--- 54' 1P 1�1 i; J 1IIIIII111■11IIIIII1■1111IIIII.IIIIII111■11IIIIII11 R3A 1E 1-s : -; 1.. n511 ..tritLertni O.N. 21EVENS ■AFNII DIMMEST PLMIF F1,e,N11* PRP PPINRAIISN INPIIOVENE1F1f • RPPIMM FLUORIDE FEE SYSTFAI FLUORIDE PLC 1702 PLC PANEL LAYOUT A��1��a--\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT Deportmen! of EnpinaerJnp Sonless LNV '.....u�... rgnFFr 1 •nfinrela 1 snorers WR. aF i tii 10M iII!1U li ii ggIN; i�ss��I V4 i _ i 1.. n511 ..tritLertni O.N. 21EVENS ■AFNII DIMMEST PLMIF F1,e,N11* PRP PPINRAIISN INPIIOVENE1F1f • RPPIMM FLUORIDE FEE SYSTFAI FLUORIDE PLC 1702 PLC PANEL LAYOUT A��1��a--\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT Deportmen! of EnpinaerJnp Sonless LNV '.....u�... rgnFFr 1 •nfinrela 1 snorers _@00@@80@@@@@00@8@000000@@0 P 0 0 0 9 rad-Po 1; -pgam= ca± Fg RAI 14 m£ �� ■ t�-,1 —4 is gg14- x0 g r0 se —a.1 p ,- m m :f 8 ry B %=2 a h =Ta _ $, g 29EA 1 v ' P g '� X 34Pm. i ,T il Pimm = enw.w—_ �a nrt6 n —_ ! - •xmx a th l m O.n. S,sr■. ■M= nlwY■Fr Ra■FCITY FACILITES S PIED OPI■RA7P1■ PIIDYEYEIfI><• RUVF�E [ui�j OF CORPUS Cf}RI571 rUASLNV .. ,�" ''' '•�n•� 1. ��• ""'"""''�' ,�P•,--, ` A 1i2 .,Y IU wuAwaumw0r FL UO RIDE PLC 1'Idd 190Y►C POWER DISTRI611TNIN urll IrIFs DEPARTMENT f]eyortm•n! of Fnplrraev7np 5•rr7cea ®a@a@oa00oo00a@0ooaoaGGg00 fAndTPLETION O.N. SIEYON WAWA 1REA1NNR PLANT FAMINE !RO OPINRAIION INPIIOVELENIB • FLUO/NIE FLUORIDE PLC 1702 24VDC POWER DISTRIBUTION 1 CfTY QF CORPUS CHRI57! TEXAS UTILITIES DEPARTMENT Deportmen! 0 EnpinaerJnp Sonless !Owes 1 •nfinEels 1 answers N 1 ooaao®alo0@@@@ o8800 g 4g'17 Pmli n n n n n n n n 1Q -4p l1� 1 fp 1® T -fp T T T 0 r T® T$ T- T - 8t1 qr4' fi a 1uH 1�1aHg 1aH 1 1 1=1�1. 00000000 007 0000005 O,N. SIEVENS 1PA101111EAiMF P .AMF FAciunes FEED 0F'TRRANOR IMPROVEMENTS - FEMME FLUORIDE PLC 1702 DIGITAL INPUT MODULENI A��1��a--\,,, CfTY QF CORPUS CHRI57! TEXAS UTIL T ES DEPARTMENT Deportmen! 0 EnpinaerJnp Sonless !AWARE 1 En Argils 1 mowers ooaao®0000@ap000 2002000 lin ri: .1 7 u n n n n n n n n n n n n n n n n 1Q la T 1c to T T T T T 0 Al P1 t 1 Y1 41 71 fi a 1:11-1 1a1 1=1 §9999999 00000000 0- fAndTPLETION 011. STEVEN ■A101111EAMU (T PLANT EACA11Ri !RO OPNERIA1NIN INPIIOVENENIS • ROOIME FLUORIDE PLC 1702 DIO RAL INPUT MO DU LE *2 1 CfTY QF CORPUS CHRI57! TEXAS UTiL T ES DEPARTMENT Oeportmen! 0 EnpinaerJnp Sonless ryneera Infilleels 1 arrerrs 000O@B®ao000000ogao00gOgga Id 2 '17 00 0 O 0 0.77. SIVIUII IEA101 AREAiMF!LAME FACW71.3 FWD OPIIOIRA110011 IMPROVEMENTS- RUOI�E FLUORIDE PLC 1702 D ID ITAL OUTPUT MO DU LE *1 A��1��a--\,,, CfTY QF CORPUS CHRI57! TEXAS UTiL T ES DEPARTMENT Deportmen! 0 EnpinaerJnp Sonless ryn•FI. 1 orGArels 1 Answers 0000000 000x@ 0 0o00000000 009 4 0 • • • • Z • ri L I N;. • eEl • t1e • • ee • e8 1. 1 • • 2 • Qj w rr 1 r, r 1 t r 1 O.N. 31EYON WAWA 11IEAMNNIT PLANT PACAI1Wi PRY OP INIZANINI INPNOVENENIS • RIIOIME FLUORIDE PLC 1702 ANNUM INPUT Mm DU LE b1 1 CfTY QF CORPUS CHRI57! TEXAS UTILITIES DEPARTMENT 0eportmen! of Engr000rJnp Sorel.. rcpuiera orthltrels sprayers r--V-#1r-=z r -=z r - _-V-1 r--V=zf i r-=4 ti r --V-4' "mss r-mak=z a �.. a .o.. _ o o_ v_ ao. _ .= v • • - • • ee • e8 1. 1 • • 2 • Qj w rr 1 r, r 1 t r 1 O.N. 31EYON WAWA 11IEAMNNIT PLANT PACAI1Wi PRY OP INIZANINI INPNOVENENIS • RIIOIME FLUORIDE PLC 1702 ANNUM INPUT Mm DU LE b1 1 CfTY QF CORPUS CHRI57! TEXAS UTILITIES DEPARTMENT 0eportmen! of Engr000rJnp Sorel.. rcpuiera orthltrels sprayers 161 O@ D 0@ 0 0 0 0 0 D D 0 0 0 0 0 0 0 0 0 0 0 0 45i 0.N.'VENOM IPATNII TREANNR PLANT FAC W 1!3 PNCC OPINNZA110011 IMPROVEMENTS- ROOI PE FLUORIDE PLC 1702 ANALOG OUTPUT MODULE #1 A��1��a--\,,, CfTY QF CORPUS CHRI57! TEXAS UTiL T ES DEPARTMENT 0eportmen! 0 EnpinaerJnp Sonless ryneers nfinrels 1 mowers 1 T 0 0 } ,- J. 8 8 g . i� = K 9 6 8 , —0 8 P 3 T P■ J —0 as E r —0 S 3 R Y r —0 3 W r —0 -7 s 3 R s r —0 Q7 3 TRITTETTET r —0 %i —0 r as y r —0 Rst —0 T.1 r a fF r —0 P$ y s 3 —0 R 3 r PP 3 T r —0 3 3 9! ' I t i: ,� =SIA Y"•r QYC# Y$w µ m.,a u.c-m-oe V p m.. w... �._ oavw N. nw - - d d 97 em b6 d6 di �f aa n's a &i DII ' ee D - X_ ss - •• 31-1,14-130? PLC cemarr IECRk ufunm ox swncHw+ix SR -3[ TO Pu CtlwlECPY1 TO PuwP 1 31—IJB-1701 WIRING DIAGRAM r.. - s r.. a 19 3 a �- 6 6 d 'y t t yAP 1GP 44 N S ; " ti M� il R RE alea s IF. IF e t cf, Z� ow,wwx4 _o aMaa:w uam:a ® :a�a v , m . wv»_ — - A r9 11' = _ — qA �, as = " 6. 11: rr L ,.&,. “' aj � � np ._ z a a z , z u 0 " Ira yR AP3 GEt T. rr AT !E �� l rl rt J: E 1r33 is TP3 as R 1 &S%8 P7 7. WT 3 &S4AE as E 3{3l -7., Zs T33 T T E!• U t F �g T 0 It l ` 000 0 8 . mm ' '8 -�T -�4 m s.ay.0 00 ©0®iEliT EME PCGI�. Xi�Ci 1 M8 PNH =ILMI 1.1:14 P '.. -..7 3 a£ .3 F irq 2 a .gym i F F i° 7fl -I a aa ��. ` u i � �p si. ton_ di Orri _- .:s.. saFF :, yyy �a �- �. m9FW. 3rl 49999 gym € - gW a $ yyi p it h Cl% ¢ ES ' xi Cls [* SII !a¢� '� "Y'';' Vg -1T3 A F � a� �H97 F-� Asx p " y gEkS n 0 o 14 nn kY'c vS gO FFFnJJJ aF .e. yq 9 $ ^E P 5'9 &94 3$ ay 1F rz �P FS' FS' 2 M25 lCYTY A g� f 1rt ShFLUORIDE I O.N,'VENOM WA= mER7rMT PLANT FACIA E.{ FEW OP7NIRANON IMPROVEMENTS -FLUOME QF I 1 CORPlrs crPi/ST1 TEXAS .`n .. ..� .,..s Z14:": .nseara I ErehREas I. � :• ,�P•,s-, """"""''s' .4 3;• : -v _ ' ; � -n 9i '• 'T ri. ...5 5 0 PLC 1702 PUMP CONTROL JUNCTION BOX 31.1J 64701 uT+a+ries DEPARTMENT Deportment Fnpinaer7np SFrlIcea rtnt of tom-. isai man. 4 ,eR tt 16! F tn 0.11. AMIENS WRIER mummer RNR FACILITES PRD OPTIMIZADON IMPROVEMENTS - RIFOIEE FLUORIDE FEED SYSTEM EXISTING FILTER•? REMOTE IO RACK 6 EAST LAS EMERG. EYEWASH ALARNI A��1---\\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT Deportmen! of EnpinaerJnp Sonless lenfinlela 1 =Rams ,eR 1 tt pimp m F £0-Z179-HS1 !TAW antreLertni C.N. STEVENS WAWA 1REA1MNP PLANT FACKFIES FWD CPTUI A1NNl INPNOVEIFENTS • RNONdEgla FLUORIDE FEED SYSTEM EXISTING FILTER -1 REMOTE I/O RACK 6 EAST LAS DAY TANK #912 HIGH LEVEL CITY QF CQRP CHRISTI TE rExas UTILITIES DEPARTMENT Deportment' of Enpinee,Jnp ServJce9 riymera nfinEela 1 • pimp O.N.'MEYEN/ MAIZE mummer RNR FACIUMEt FEED WISRAIPEN IMFII®VE E ff • RYp�E FLUOSIDE FEED SYSTEM EXISTING FILTER -1 REMOTE 10 RACK EAST LAS DAY TANK *912 LOW LEVEL A��1---\\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT D om men! of FnpinaerJnp Sonless njoviera nfinrela1• tt 1 F C3 F 91,16 0,11. EMEND EMIR mummer PLOW COMLIMM= FEED OPLNNLAMON INFIIDvaOnf FLUORIDE FEED SYSTEM EXISTING FILTER -1 REMOTE 10 RACK B EAST LAS STORAGETANKM1 LEVEL IND. A��1---\\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT D par men! of FnpinaerJnp Sonless engem 1 nfinrela 1 • R� i 8 1 F F r N 2 a 5 P 5 8 E u41 311 s 5 p 13 0,11. EMEND WRIER mummer PLOW F►RNl7* FEED OPTONIZADON INFII IV ENEW S . RIFYNNE FLUORIDE FEED SYSTEM EXISTING FILTER -1 REMOTE LID RACK 6 EAST LAS STORAGE TANK #2 LEVEL I N. A��1---\\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT D par men! of FnpinaerJnp Sonless engem 1 nfinrela 1 • 2 i ,eR 1 tt pimp F F !TAW antreLertni 0.11, 1i v Ma WRIER IREAIMMM!LAM FACIlifla rM'A- H UO nEM AYr4IQYEYENTS • RIIOMDE FLUORIDE FEED SYSTEM EXISTING FILTER -1 REMOTE I/O RACK 6 FAST LAS FLOW MODULE 61 FLOW IND. A��1---\\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT D par men! of EnpinaerJnp Sonless ryneiera 1 nfinEela 1• tt 1 4'V F F N 95,16 dtterIkETION D.N. STEVENS WRIER 1REA1MNr!Lim FACIUDEIEI DP1MNOAT IMFDDYEYENTS • RDDFeE FLUORIDE FEED SYSTEM EXISTING FILTER -1 REMOTE I/O RACK 6 FAST LAS FLOW MODULE 61 FLOW IND. A��1---\\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT D par men! of EnpinaerJnp Sonless njomera 1 nfinEeS 1• tt pimp F y 0.11. STEVEN/ MAIO1 mummer RNR FACILITES FEED WTMRA710N INFILDYEINEIITE FLUORIDE FEED SYSTEM EXISTING FILTER -1 REMOTE 10 RACK B FAST LAS FLOW MODULE N2 FLOW IND. A��1---\\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT D par men! of FnpinaerJnp Sonless ryneiera "filth 111,re.% tt F 0.11. STEVEN/ MAIO1 T11EA11ER RNR FACILITES FEED OP IMMA1101 INFILDYEINEIITE FLUORIDE FEED SYSTEM EXISTING FILTER -1 REMOTE 10 RACK B FAST LAS FLOW MODULE N2 FLOW IND. A��1---\\,,, CfTY QF CORPUS CHRI57! TEXAS UT LI TIES DEPARTMENT D par men! of FnpinaerJnp Sonless ryneiera "filth 1 • 6 i L E1 r r 6 r L D 0 i� :L L. • L Stn1 M 9 T 1 I I d J I -111 dr` L —J I � I I f L iSe Ilii 8- I J ._._J F7 L ®J O.M. STEVENS WATER TREATMENT PLANT NETWORK COMMUNICATIONS BLOCK DIAGRAM HICH SERVICE/PCR n..ILrI NG aCITY OF CORPUS CHRISTI TEXAS rw+ m W DM... 11111 IMV 11.11, 01.1111.10. PEIMPTIM 41110.1. Alinonar }1L1 ti ala O.N.STEV ENS WATER TREATMENT PLANT FACILITIES FEED OPTIMIZATION IMPROVEMENTS - FLUORIDE FLUOR I DE FEED SYSTEM NETWORK COMMUNICATIONS SLOW( DIAGRAM HIGHSERVICES.PGR OLD. Cfrr or CORPUS CHRf5Tf TEXAS UTf UT ES DEPARTMENT ovyo>am.rrt of Eno n000log Srrr Pw 1.9 OJLSTEYEMS WATER TR UTNE NT PLANT FACILITIES FEED OPTIMIZATION IMPROVEMENTS- FLUORID! FLUOR IDE FEED SYSTEM NETWOI ( COMM CONNECTIONS DIAGRAM NIGH SERV ICE #1 TE LECTR ICAL RL D. CITY or CORPUS CHRfSTf TEXAS UTPUTlES DEPARTMENT ORoa PmcM of Englno.Nny soc4coo 9 il r I- - ®E a eMeIF ,i L J II1 1 C i .0 lee Wig ISSUM AMMO odemmIn OJKSRYFNS WATER TREATMENT PLANT PACL'LITIES FEED OPTIMIZATION IMPROVEMENIS - FLUORIDE FLUOR IDE FEED SYSTEM 0.0. STEVENS WATER TREATMENT PLANT NETWORK BLOCK DIAGRAM CITY Of CORPUS GHOST? TEXAS UT?UrfES DEPARTMENT ppygr}menf of [ngfnecring wMges 00 9101 ADDENDUM NUMBER 01 ONSWTP Facilities Feed Optimization Improvements - Project: Fluoride Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: LNV, Inc. Project Number: E15233 Addendum No. 1 Specification Section: 00 9101 Issue Date: 10/31/16 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Logan Burton, P.E. Name 10/31/15 Date Addendum Items: • MODIFICATION TO BIDDING REQUIREMENTS • EXTENSION OF BID OPENING (Wed. Nov 9, 2016) • MODIFICATION TO SPECIFICATIONS • MODIFICATION TO DRAWINGS • CLARIFICATIONS QUESTIONS AND ANSWERS LNV JP/31/Ib engineers architects surveyors TBPE FIRM NO. F-366 Addendum No, 01 ONSWTP Facilities Feed Optimization improvements—Fluoride City Project No. E15233 009101-1 Rev 0143-2016 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 EXTENSION OF BID OPENING A. Due to the modifications of the specifications on short notice, there will be a one (1) week extension to the bid opening. Bids will be publicly opened and read aloud on Wednesday, November 9, 2016 at 2:00 PM at the following location: City Hall Building — City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi, Texas 78401 ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections (or Technical Specifications) SECTION 10 40 00 SIGNAGE SECTION 1124 40 LIQUID CHEMICAL PERISTALTIC HOSE TRANSFER PUMPS SECTION 1124 50 LIQUID CHEMICAL PERISTALTIC TUBE METERING PUMPS SECTION 13 20 80 POLYETHYLENE TANKS SECTION 27 13 23 COMMUNICATIONS OPTICAL FIBER BACKBONE CABLING SECTION 40 90 01 INSTRUMENTATION SECTION 40 90 02 SUPERVISORY CONTROL AND DATE ACQUISITION SYSTEM B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections (or Technical Specifications) SECTION 01 60 00 PRODUCT REQUIREMENTS (Attachment 1) SECTION 01 6120 SEISMIC DESIGN CRITERIA (Attachment 2) SECTION 01 6140 WIND DESIGN CRITERIA (Attachment 3) SECTION 03 0710 EPDXIES (Attachment 4) SECTION 03 90 50 CONCRETE RESTORATION (Attachment 5) Addendum No. 01 ONSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E15233 009101-2 Rev 01-13-2016 SECTION 10 40 00 SIGNAGE (Attachment 6) SECTION 11 24 40 LIQUID CHEMICAL PERISTALTIC HOSE TRANSFER PUMPS (Attachment 7) SECTION 11 24 50 LIQUID CHEMICAL PERISTALTIC TUBE METERING PUMPS (Attachment 8) SECTION 13 20 80 POLYETHYLENE TANKS (Attachment 9) SECTION 15 05 00 COMMON WORK RESULTS FOR MECHANICAL EQUIPMENT (Attachment 10) SECTION 15 05 20 COMMON WORK RESULTS FOR GENERAL PIPING (Attachment 11) SECTION 15 25 90 CHLORINATED POLYVINYL CHLORIDE PIPE — ASTM F 441 (Attachment 12) SECTION 27 13 23 COMMUNICATIONS OPTICAL FIBER BACKBONE CABLING (Attachment 13) SECTION 40 90 01 INSTRUMENTATION (Attachment 14) SECTION 40 90 02 SUPERVISORY CONTROL AND DATE ACQUISITION SYSTEM (Attachment 15) ARTICLE 3 — MODIFICATIONS TO THE DRAWINGS (NOT USED) ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS & ANSWERS Question: "Are the benefits of a peristaltic hose pump with regards to the dated centrifugal design known? The peristaltic pump requires less energy by eliminating friction during operation which also improves the hose fife time. Would a peristaltic hose pump design be accepted if supplied as an alternate or an equal?" Answer: "This project is using peristaltic hose pumps and peristaltic tube metering pumps as listed in Specifications 11 24 40 and 11 24 50, respectively. There are not any recommendations or specifications for centrifugal pumps in this project. Please refer to Specification 01 31 14 Article 1.04 — EQUAL NON SPECIFIED PRODUCTS for requirements and procedures the Contractor must follow to substitute a product other than those specifically listed in the drawings and specifications/' Question: "Is the Contractor expected to program PLCs from Allen-Bradley and Siemens? The drawings mention both manufacturers." Answer: "The Contractor shall be required to be able to program not only the new Allen- Bradley CompactLogix PLC, but must also be able to verify the existing Siemens PLC programming. Currently, the existing Siemens PLC programming is used to operate both the existing fluoride and LAS chemical injections. The existing Siemens PLC will need to be reprogrammed in order to separate the existing fluoride and LAS programming and to make program modifications to insure that the existing LAS infection system remains operational. " END OF ADDENDUM NO. 01 Addendum No. 01 ONSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E15233 009101-3 Rev 01-13-2016 ATTACHMENT 1 SECTION 01600 PRODUCT REQUIREMENTS PART1 GENERAL 1.01 SUMMARY A. Section includes: Product requirements; product selection; product options and substitutions; quality assurance; delivery, handling, and storage; and manufacturer's instructions. Related sections: 1. Section 01610 - Seismic Design Criteria. 2. Section 01612 - Seismic Design Criteria. 3. Section 09960 - High -Performance Coatings. 1.02 DEFINITIONS A. Products: Inclusive of material, equipment, systems, shop fabrications, source quality control. 1.03 REFERENCES A. American National Standards Institute (ANSI). B. NSF International (NSF): 1. 61 - Drinking Water System Components. 2. 372 - Drinking Water System Components — Lead Content. 1.04 PRODUCT REQUIREMENTS A. Comply with Specifications and referenced standards as minimum requirements. B. Product design as specified in Section 01612. 1. Provide equipment and parts that are suitable for stresses, which may occur during fabrication, transportation, erection, and operation. 2. Calculations shall be signed and stamped by a civil or structural engineer registered to practice in the state where the Project is located. C. Provide products by same manufacturer when products are of similar nature, unless otherwise specified. D. Provide like parts of duplicate units that are interchangeable. E. Provide equipment that has not been in service prior to delivery, except as required by tests. F. When necessary, modify manufacturer's standard product to conform to specified requirements or requirements indicated on the Drawings and contained in Laws and Regulations. October 2016 01600-1 pwllCardloIDocumentsfCliertfrAtCorpusChr 73OF1OOSpecificaianstO160O(FS) Addendum No. 1 Attachment No. 1 Page1 of 11 6730F10 G. Material requirements: 1. Materials: Provide corrosion resistance suitable for project conditions. 2. Dissimilar metals: Separate contacting surfaces with dielectric material. PART 2 PRODUCTS 2.01 LEAD LIMITS A. Materials in contact with drinking waters: In accordance with NSF 61 and NSF 372. 1. Calculations of the weighted average of lead content in each component that comes in contact with water conforming to the maximum lead limits in the Reduction of Lead in Drinking Water Act. 2. Certification by an independent ANSI accredited third party, including, but not limited to, NSF International, as being lead free. 2.02 PRODUCT SELECTION A. When products are specified by standard or specification designations of technical societies, organizations, or associations only, provide products that meet or exceed reference standard and Specifications. B. When products are specified with names of manufacturers but no model numbers or catalog designations, provide: 1. Products by one of named manufacturers that meet or exceed Specifications. 2. Engineer deemed "or equal" evidenced by an approved shop drawing or other written communication. C. When products are specified with names of manufacturers and model numbers or catalog designations, provide: 1. Products with model numbers or catalog designations by one of named manufacturers. 2. Engineer deemed "or equal" evidenced by an approved shop drawing or other written communication. D. When products are specified with names of manufacturers, but with brand or trade names, model numbers, or catalog designations by one manufacturer only, provide: 1. Products specified by brand or trade name, model number, or catalog designation. 2. Products by one of named manufacturers proven in accordance with requirements for or equals to meet or exceed quality, appearance and performance of specified brand or trade name, model number, or catalog designation. 3. Engineer deemed "or equal" evidenced by an approved shop drawing or other written communication. E. When Products are specified with only one manufacturer followed by "or Equal," provide: 1. Products meeting or exceeding Specifications by specified manufacturer. 2. Engineer deemed "or equal" evidenced by an approved shop drawing or other written communication. October 2016. 01600-2 pw:llCarollolDocumentsfClient[DCorpus Christil673OFiOfSpecifieations1C1600 (FS) Addendum No. 1 Attachment No. 1 Page 2 of 11 6730F10 2.03 SUBSTITUTIONS A. Formal substitution request procedure. 1. Submit a written formal substitution request to Engineer for each proposed substitution within 30 days of effective date of Contract. 2. Engineer will return initial opinion and request for additional information within 30 days. 3. Engineer will notify Contractor in writing of decision to accept or reject the substitution request within 30 days of receiving required information. 3. Formal substitution request contents: 1. Provide Substitution Request Form as specified in this Section. 2. Manufacturer's literature including: a. Manufacturer's name and address. b. Product name. c. Product description. d. Reference standards. e. Certified performance and test data. f. Operation and maintenance data. 3. Samples, if applicable. 4. Shop drawings, if applicable. 5. Reference projects where the product has been successfully used. a. Name and address of project. b. Year of installation. c. Year placed in operation. d. Name of product installed. e. Point of contact: Name and phone number. 6. Itemized comparison of the proposed substitution with product specified including a list of significant variations. a. Design features. b. Design dimensions. c. Installation requirements. d. Operations and maintenance requirements. 7. Define impacts. a. Impacts to construction schedule. b. Impacts to other contracts. c. Impacts to other work or products. d. Impact to Contract Sum. 1) Do not include costs under separate contracts. 2) Do not include Engineer's costs for redesign or revision of Contract Documents. 3) Required license fees or royalties. e. Availability of maintenance services and sources of replacement materials. 8. Contractor represents the following: a. Contractor will pay associated costs for the Engineer to evaluate the substitution. b. Contractor bears the burden of proof of the equivalency of the proposed substitution. c. Proposed substitution does not change the design intent and will have equal performance to the specified product. d. Proposed substitution is equal or superior to the specified product. October 2016 01600-3 pw:llCffollo&DocumentsfClientfTXICorpus Christil6730F10fSpecifirations101600 (FS) Addendum No. 1 Attachment No. 1 Page 3 of 11 6730F10 e. Contractor will provide the warranties or bonds that would be provided on the specified product on the proposed substitution, unless Owner requires a Special Warranty. f. Contractor will coordinate installation of accepted substitution into the Work and will be responsible for the costs to make changes as required to the Work. g. Contractor waives rights to claim additional costs caused by proposed substitution which may subsequently become apparent. C. Substitutions will not be considered for acceptance under the following conditions: 1. No formal substitution request is made. 2. The substitution is simply implied or indicated on shop drawings or product data submittals. 3. The formal substitution request is submitted by a subcontractor or supplier. D. Substitution requests submitted after the deadline will not be considered unless the following evidence is submitted to the Engineer: 1. Proof that the specified product is unavailable for reasons beyond the control of the Contractor. a. Reasons may include manufacturing discontinued, bankruptcy, labor strikes, or acts of God. b. Contractor placed or attempted to place orders for the specified products within 10 days after the effective date of the Agreement. c. The formal substitution request is submitted to Engineer within 10 days of the Contractor discovering the specified product cannot be obtained. E. Engineer's decision on a substitution requests will be final and binding. 1. Approved substitutions will be incorporated into the Contract Documents with a Change Order. 2. Requests for time extensions and additional costs based on submission of, approval of, or rejection of substitutions will not be allowed. 2.04 QUALITY ASSURANCE A. Employ entities that meet or exceed specified qualifications to execute the Work. B. Inspect conditions before executing subsequent portions of the Work. Accept responsibility for correcting unsatisfactory conditions upon executing subsequent portions of the Work. 2.05 SHIPMENT, HANDLING, STORAGE, AND PROTECTION A. Shipment: 1. Mandatory requirements prior to shipment of equipment: a. Engineer approved shop drawings. b. Engineer approved Manufacturer's Certificate of Source Testing. c. Submit draft operations and maintenance manuals. 2. Prepare products for shipment by: a. Tagging or marking products to agree with delivery schedule or shop drawings. b. Including complete packing lists and bills of material with each shipment. c. Packaging products to facilitate handling and protection against damage during transit, handling, and storage. October 2016. 01600-4 pw:llCarollolDocumentsfClient[DCorpus Christil673OFiOfSpecifieations1C1600 (FS) Addendum No. 1 Attachment No. 1 Page 4 of 11 6730F10 d. Securely attach special instructions for proper field handling, storage, and installation to each piece of equipment before packaging and shipment. 3. Transport products by methods that avoid product damage. Receiving: 1. Deliver products in undamaged condition in manufacturer's unopened containers or packaging. C. Handling: 1. Handle equipment in accordance with manufacturer's instructions. 2. Provide equipment and personnel to handle products by methods to prevent soiling or damage. 3. Upon delivery, promptly inspect shipments. a. Verify compliance with Contract Documents, correct quantities, and undamaged condition of products. b. Acceptance of shipment does not constitute final acceptance of equipment. Storage: 1. Immediately store and protect products and materials until installed in Work. 2. Store products with seals and legible labels intact. 3. Maintain products within temperature and humidity ranges required or recommended by manufacturer. 4. Protect painted surfaces against impact, abrasion, discoloration, and other damage. a. Repaint damaged painted surfaces. 5. Exterior storage of fabricated products: a. Place on aboveground supports that allow for drainage. b. Cover products subject to deterioration with impervious sheet covering. c. Provide ventilation to prevent condensation under covering. 6. Store moisture sensitive products in watertight enclosures. 7. Furnish covered, weather -protected storage structures providing a clean, dry, noncorrosive environment for all mechanical equipment, valves, architectural items, electrical and instrumentation equipment and special equipment to be incorporated into this project. a. Storage of equipment shall be in strict accordance with the "instructions for storage" of each equipment supplier and manufacturer including connection of heaters, placing of storage lubricants in equipment, etc. b. The Contractor shall furnish a copy of the manufacturer's instructions for storage to the Engineer prior to storage of all equipment and materials. 8. Store loose granular materials on solid surfaces in well -drained area. Prevent materials mixing with foreign matter. Provide access for inspection. 9. Payment will not be made for improperly stored equipment and materials. 10. Provide equipment log including, as a minimum, the equipment identification, date stored, date of inspection/maintenance, date removed from storage, copy of manufacturer's recommended storage guidelines, description of inspection/maintenance activities performed, and signature of party performing inspection/maintenance. October 2016 01600-5 pwllCardloIDocumentsfClierd[DVCorpusChr 73OF1OOSpecificaIonstO160O(FS) Addendum No. 1 Attachment No. 1 Page 5 of 11 6730F10 E. Protection after installation: 1. Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. a. Remove covering when no longer needed. b. Corroded, damaged, or deteriorated equipment and parts shall be replaced before acceptance of the project. 2. Update equipment log on a monthly basis with description of maintenance activities performed in accordance with the manufacturer's recommendation and industry standards and signature of party performing maintenance. 2.06 SPARE PARTS, MAINTENANCE PRODUCTS, AND SPECIAL TOOLS A. Provide spare parts, maintenance products, and special tools as required by Specifications. B. Box, tag, and clearly mark items. Contractor is responsible for spare parts, maintenance products, and special tools until acceptance by Owner. D. Store spare parts, maintenance products, and special tools in enclosed, weather- proof, and lighted facility during the construction period. 1. Contractor is responsible for spare parts and special tools until acceptance by Owner. 2. Protect parts subject to deterioration, such as ferrous metal items and electrical components with appropriate lubricants, desiccants, or hermetic sealing. Spare parts and special tools inventory list, see Appendix A: 1. Equipment tag number. 2. Equipment manufacturer. 3. Subassembly component, if appropriate. 4. Quantity. 5. Storage location. F. Large items: 1. Weight: Greater than 50 pounds. 2. Size: Greater than 24 inches wide by 18 inches high by 36 inches long. 3. Stored individually. 4. Clearly labeled: a. Equipment tag number. b. Equipment manufacturer. c. Subassembly component, if appropriate. G. Smaller items: 1. Weight: Less than 50 pounds. 2. Size: Less than 24 inches wide by 18 inches high by 36 inches long. 3. Stored in spare parts box. 4. Clearly labeled a. Equipment tag number. b. Equipment manufacturer. c. Subassembly component, if appropriate. October 2016 01600-6 pw:f/CarolIc DocumenisfCliert[DQCorpus Christi1673OF10/Specifica ns1O160O (FS) Addendum No. 1 Attachment No. 1 Page 6 of 11 6730F10 Spare parts and special tools box: 1. Wooden box: a. Size: 24 inches wide by 18 inches high by 36 inches long. 2. Hinged wooden cover. a. Strap type hinges. b. Locking hasp. c. Spare parts inventory list taped to underside of cover. 3. Coating: As specified in Section 09960. 4. Clearly labeled: a. The words "Spare Parts and/or Special Tools". b. Equipment tag number. c. Equipment manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Inspect components for shipping damage and conformance to Contract Documents. 3.02 CLOSEOUT ACTIVITIES A. Owner may request advanced delivery of spare parts, maintenance products, and special tools. 1. Deduct the delivered items from inventory and provide transmittal documentation. Immediately prior to the date of Substantial Completion, arrange to deliver spare parts, maintenance products, and special tools to Owner at a location on site chosen by the Owner. 1. Provide itemized list of spare parts and special tools that matches the identification tag attached to each item. 2. Owner and Engineer will review the inventory and the itemized list to confirm it is complete and in good condition prior to signing for acceptance. 3.03 ATTACHMENTS A. Appendix A - Sample Substitution Request Form. END OF SECTION October 2016 01600-7 pwllCardloIDocumentsfClierd[DVCorpusChr 73OF1OOSpecificaIonstO160O(FS) Addendum No. 1 Attachment No. 1 Page 7 of 11 6730F10 APPENDIX B SUBSTITUTION REQUEST FORM October 2016 01600-8 pw:f/CarolIc DocumenisfCliert[DQCorpus Christi1673OF10/Specifica ns1O160O (FS) Addendum No. 1 Attachment No. 1 Page 8 of 11 6730F10 Owner: Contractor: Project Name: To: Re: Contract For: DOCUMENT 01600(01_60_00) SUBSTITUTION REQUEST FORM Date: Project No.: From: Engineering Project Number: Substitution Request Number: Specification Information Title: Number: Description: Page: Article/Paragraph: Proposed Substitution Product: Manufacturer: Address: Trade Name: Installer: Address: Phone: Model No.: Phone: History: New Product 2-5 years old 5-10 years old More than 10 years old Differences between proposed substitution and specified product: Point -by -point comparative data and impacts attached — REQUIRED BY ENGINEER October 2016 01600-9 pvrIICaro olDocurnentslaienVT)UCorpus Christil673OF1OI5pec€r ahorisfO1600 (FS) Addendum No. 1 Attachment No. 1 Page 9 of 11 6730F10 Reason For Not Providing Specified Item Reason: Similar Installation: Project: Address: Owner: Proposed substitution affects other parts of Work: No Yes, Explain: Date Installed: Architect: Benefit to Owner For Accepting Substitution Savings: Proposed substitution changes Contract Time: No Yes ($) (Add) (Deduct) days Supporting Data Attached Drawings Reference Projects Product Data Other: Samples Tests Reports Certifications The undersigned certifies: • Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. • Same warranty will be furnished for proposed substitution as for specified product, unless Owner requires a Special Warranty. • Same maintenance service and source of replacement parts, as applicable, is available. • Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule. • Cost data as stated above is complete. Claims for additional costs related to accepted substitution which may subsequently become apparent are to be waived. • Proposed substitution does not affect dimensions and functional clearances. • Payment will be made for changes to building design, including Engineer design, detailing, and construction costs caused by the substitution. • Coordination, installation, and changes in the Work as necessary for accepted substitution will be complete in all respects. October 2016 01600-10 pwIICarullo/Dorarnents/ClienilTX/Capus Christi/673OF1OISpecificationsfO16D0 (FS) Addendum No. 1 Attachment No. 1 Page 10 of 11 6730F10 Certifications Submitted by: Signed by: Firm Name Firm Address: Phone: Attachments: Engineer's Review And Action Substitution accepted - Make submittals in accordance with Specification Section 01330. Substitution accepted as noted - Make submittals in accordance with Specification Section 01330. Substitution rejected - Use specified materials. Substitution Request received too late - Use specified materials. Signed by: Date: Additional Comments Additional Comments: Contractor Subcontractor Supplier Manufacturer Engineer Other: Comments: October 2016 01600-11 pw IICaro olDocurnentslaia tfTX/Corpus Christil673OF1OI5pec€r ahorisfO1600 (FS) Addendum No. 1 Attachment No. 1 Page 11 of 11 6730F10 ATTACHMENT 2 SECTION 01612 SEISMIC DESIGN CRITERIA PART1 GENERAL 1.01 SUMMARY A. Section includes: Seismic design criteria for the following: 1. Anchorage of mechanical and electrical equipment. 2. Seismic design and design of anchorage for small tanks fabricated off site and shipped to the Project site. 3. Other structures or items as specified or indicated on the Drawings. 1.02 REFERENCES A. American Society of Civil Engineers (ASCE): 1. 7-10 - Minimum Design Loads for Buildings and Other Structures. 1.03 SYSTEM DESCRIPTION A. Design in accordance with the requirements of the International Building Code (IBC): B. Design spectral acceleration at short period, SE'S: 0.167. C. Design for the larger of the following: 1. Design spectral acceleration at short periods, SDs: 0.167 D. Design of non-structural components and their connections to structures: 1. Component amplification factor, aP: In accordance with ASCE 7, Tables 13.5-1 and 13.6-1. 2. Component response modification factor, RP: In accordance with ASCE 7, Tables 13.5-1 and 13.6-1. 3. Component importance factor, Ip: Table 1: Component importance factor, Ip Component Description Ip Electrical Equipment and appurtenances provided and installed under Division 16. 4, Structural Tanks and structures provided and installed under other Divisions. 1.0 E. Design requirements: Anchorage of equipment to structures. 1. Do not use friction to resist sliding due to seismic forces. Do not design or provide connections that use friction to resist seismic loads. Resist seismic forces through direct tension and/or shear on anchors and fasteners. 2. Do not use more than 60 percent of the weight of the mechanical and electrical equipment for designing anchors for resisting overturning due to seismic forces. October 2016 01612-1 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifications/01612 (FS) Addendum No. 1 Attachment No. 2 Page 1 of 2 6730F10 3. Do not use more than 60 percent of the weight of the tank for resisting overturning due to seismic forces. 1.04 SUBMITTALS A. Shop drawings and calculations: Complete shop drawings and seismic calculations. B. Calculations shall be signed and stamped by a civil or structural engineer licensed in the state where the Project is located. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION October 2016 01612-2 pvwllCarollolDocunents/ClienfIDUCorpus Christ/6730H 0/Speaficalions/01612 (FS) Addendum No. 1 Attachment No. 2 Page 2 of 2 6730F10 ATTACHMENT 3 SECTION 01614 WIND DESIGN CRITERIA PART1 GENERAL 1.01 SUMMARY A. Section includes: Wind design criteria. 1.02 SYSTEM DESCRIPTION A. Design requirements: 1 Building code criteria: Design for wind in accordance with the International Building Code IBC: a. Occupancy category: I I . b. Basic wind speed: 130 miles per hour. c. Exposure category: B. d. Topographic factor, Kn: 1.0. e. Wind importance factor, IW: 1.15. 2. Resist wind forces through direct bearing on anchors and fasteners. Do not design or provide connections that use friction to resist wind loads. 3. Anchoring and fastening to concrete and masonry: a. Provide anchors specified in applicable structural specifications. 1.03 SUBMITTALS A. Shop drawings and calculations: Complete shop drawings and wind design calculations. Calculations shall be signed and stamped by a civil or structural engineer licensed in the state where the Project is located. PART2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION October 2016 01614-1 pwllCardlolDocunentsIClientnICorpus Chr v`673DF1WSpecifications/01614 (FS) Addendum No. 1 Attachment No. 3 Page 1 of 1 6730F10 ATTACHMENT 4 SECTION 03071 EPDXIES PART 1 GENERAL 1.01 SUMMARY A. Section includes: 1. Epoxy. 2. Epoxy gel. 3. Epoxy bonding agent. 1.02 REFERENCES A. ASTM International (ASTM): 1. C 881 — Standard Specification for Epoxy -Resin -Base Systems for Concrete. 2. C 882 — Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Shear. 3. D 638 - Standard Test Method for Tensile Properties of Plastics. 4. D 695 - Standard Test Method for Compressive Properties of Rigid Plastics. 1.03 SYSTEM DESCRIPTION A. Performance requirements: 1. Provide epoxy materials that are new. 2. Store and use products within shelf life limitations set forth by manufacturer. 3. Perform and conduct work of this Section in neat orderly manner. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's data completely describing epoxy materials. 1. Submit evidence of conformance to ASTM C 881. Include manufacturer's designations of Type Grade, Class, and Color. 2. Submit evidence that materials meet or exceed the specified physical characteristics. B. Quality control submittals: 1. Manufacturer's installation instructions. PART 2 PRODUCTS 2.01 MATERIALS A. General: Moisture tolerant, water -insensitive, two -component epoxy resin adhesive material containing 100 percent solids, and meeting or exceeding the performance properties specified when tested in accordance with the standards specified. B. Epoxy: Low viscosity product in accordance with ASTM C 881; Types I, !land V; Grade 1; Class C. October 2016 03071-1 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifications/03O71 (FS) Addendum No. 1 Attachment No. 4 Page 1 of 3 6730F10 1 Manufacturers: One of the following or equal: a. BASF, Concresive Standard LVI. b. Sika Corporation, Sikadur 35 Hi -Mod LV. 2. Required properties: Table 1: Material Properties — Epoxy. Property Test Method Required Results ("neat") Tensile Strength (7 -day) ASTM D 638 7,500 pounds per square inch, minimum. Compressive Strength, (7 -day) ASTM D 695 11,000 pounds per square inch, minimum Bond Strength (2 -day) ASTM C 882 Concrete shall fail before failure of epoxy. Notes: Testing results are for materials installed and cured at a temperature between 72 and 78 degrees Fahrenheit for 7 days, unless otherwise noted. C. Epoxy gel: Non -sagging product in accordance with ASTM C 881, Types I and IV, Grade 3, Class C. 1. Manufacturers: One of the following or equal: a. BASF, Concresive Paste LPL. b. Sika Corporation, Sikadur 31, Hi -Mod Gel. 2. Required properties: Table 2 — Material Properties — Epoxy Gel. Property Test Method Required Results ("neat") Tensile Strength (7 -day) ASTM D 638 2,000 pounds per square inch, minimum. Compressive Yield Strength (7 -day) ASTM D 695 8,000 pounds per square inch, minimum. Bond Strength (14 -day) ASTM C 882 1,500 pounds per square inch, minimum.. Notes: Testing results are for materials installed and cured at a temperature between 72 and 78 degrees Fahrenheit for 7 days, unless otherwise noted. D. Epoxy bonding agent: Non -sagging product in accordance with ASTM C 881, Type II, Grade 1, Class C. 1. Manufacturers: One of the following or equal: a. BASF, Concresive Liquid LPL. b. Sika Chemical Corp., Sikadur 32 Hi -Mod LPL. October 2016 03071-2 pvwllCarollolDocunents/ClienfIDUCorpus Chr 6730F10/Specificatioa iO3O71 (FS) Addendum No. 1 Attachment No. 4 Page 2 of 3 6730F10 2. Required properties. Table 3 — Material Properties — Epoxy Bonding Agent Property Test Method Required Results Tensile Strength (7 -day) ASTM 0 638 4,400 pounds per square inch, minimum. Compressive Yield Strength (7 -day) ASTM 0 695 8,300 pounds per square inch, minimum. Bond Strength (14 -days) ASTM C 882 1,800 pounds per square inch, minimum. Concrete shall fail before failure of epoxy bonding agent. Pot Life - Minimum 70 minutes at 77 degrees Fahrenheit or Minimum 90 minutes at 73 degrees Fahrenheit Notes: Testing results are for materials installed and cured at a temperature between 72 and 78 degrees Fahrenheit for 7 days, unless otherwise noted. 3. If increased contact time is required for concrete placement, epoxy resin/portland cement bonding agent as specified in Section 03072 may be used instead of epoxy bonding agent. PART 3 EXECUTION 3.01 INSTALLATION A. Install and cure epoxy materials in accordance with manufacturer's installation instructions. B. Epoxy: 1. Apply in accordance with manufacturer's installation instructions. C. Epoxy gel: 1. Apply in accordance with manufacturer's installation instructions. 2. Use for vertical or overhead work, or where high viscosity epoxy is required. 3. Epoxy gel used for vertical or overhead work may be used for horizontal work. D. Epoxy bonding agent: 1. Apply in accordance with manufacturer's installation instructions. 2. Bonding agent will not be required for filling form tie holes or for normal finishing and patching of similar sized small defects. END OF SECTION October 2016 03071-3 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifications/03O71 (FS) Addendum No. 1 Attachment No. 4 Page 3 of 3 6730F10 ATTACHMENT 5 SECTION 03905 CONCRETE RESTORATION PART1 GENERAL 1.01 SUMMARY A. Section includes: Requirements for repairing spalls in concrete surfaces. B. Related section: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 03071 - Epoxies. b. Section 09960 - High -Performance Coatings. 1.02 REFERENCES A. ASTM International (ASTM): 1. C 39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 2. C 78 - Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading). 3. C 109 - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 -in. or [50 -mm] Cube Specimens). 4. C 348 - Standard Test Method for Flexural Strength of Hydraulic -Cement Mortars. 5. C 496 - Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. 6. C 666 - Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing. 7. C 882 - Standard Test Method for Bond Strength of Epoxy -Resin Systems Used With Concrete By Slant Shear. 8. C 884 - Standard Test Method for Thermal Compatibility Between Concrete and an Epoxy -Resin Overlay. 1.03 PERFORMANCE REQUIREMENTS A. Provide repair mortar materials, labor, tools, and equipment for repair of spalls of varying depths as designated by the Owner. October 2016 03905-1 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specificabons/039O5 (FS) Addendum No. 1 Attachment No. 5 Page 1 of 6 6730F10 1.04 SUBMITTALS A. Product data: Submit manufacturer's data completely describing repair mortar materials. B. Certificates of Compliance. C. Manufacturer's Instructions. 1.05 QUALITY ASSURANCE A. Manufacturing qualifications: The manufacturer of the specified product shall have in existence, for a minimum of 10 years, a program of training, certifying, and technically supporting a nationally organized Approved Contractor Program with annual recertification of its participants. Provide a list of at least 5 job references where Contractor has successfully repaired spalled surfaces. C. Currently: Provide the Owner with a guarantee on the application and product covered in this specification. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified product in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. 1.07 PROJECT CONDITIONS A. Existing conditions:: 1. Existing Hydrofluosilicic Acid containment area will require concrete restoration and repairs. Containment area does show signs of deterioration/spalling. PART 2 PRODUCTS 2.01 MANUFACTURERS A. One of the following or equal: 1. Sika Corporation, Lyndhurst, New Jersey. 2.02 MATERIALS A. Polymer -modified portland cement mortar for horizontal surfaces: 1. Component A: Liquid polymer emulsion of an acrylic copolymer base and additives. Provide acrylic copolymer with the following properties: a. pH:4.5-6.5. b. Film forming temperature: 73 degrees Fahrenheit maximum. c. Tear strength: 950 pounds per square inch minimum. d. Elongation at break: 500 percent minimum. e. Particle size: Less than 0.1 micron. October 2016 03905-2 pvwllCarollolDocunents/ClienfIDUCorpus Chr 6730F10/Specifications103905 (FS) Addendum No. 1 Attachment No. 5 Page 2 of 6 6730F10 2. Component B: Blend of selected portland cements, specially graded aggregates, admixtures for controlling setting time, water reducers for workability, a corrosion inhibitor, and an organic accelerator. 3. Ratio of Component A to Component B: 1:7.2 by weight. 4. Provide material that contains no asbestos, chlorides, nitrates, added gypsum, added lime, or high aluminum cements. 5. Provide material that is non-combustible, either before or after cure. 6. Supply polymer modified portland cement mortar in a factory proportioned unit. 7. Provide polymer modified portland cement mortar that can be finished with a power trowel. 8. Provide polymer modified portland cement that is placeable from 1/8 inches to 1 inch in depth and extendable in greater depths. a. Aggregate to extend the polymer modified portland cement mortar: 1/2 inch or 3/8 inch clean, well graded, saturated surface dry material, having low absorption and high density. b. Aggregate must be accepted for use by the Engineer. B. Polymer -modified portland cement for vertical and overhead surfaces: 1. Component A: Liquid polymer emulsion of an acrylic copolymer base and additives. Provide acrylic copolymer with the following properties: a. pH: 4.5 - 6.5. b. Film forming temperature: 73 degrees Fahrenheit maximum. c. Tear strength: 950 pounds per square inch minimum. d. Elongation at break: 500 percent minimum. e. Particle size: less than 0.1 micron. 2. Component B: Blend of selected portland cements, specially graded aggregates, admixtures for controlling settling time, water reducers for workability, a corrosion inhibitor, and an organic accelerator. 3. The ratio of Component A to Component B: 1:5.2 by weight. 4. Provide material that contains no contain asbestos, chlorides, nitrates, added gypsum, added lime, or high aluminum cements. 5. Provide material that is non-combustible, either before or after cure. 6. Supply modified portland cement mortar in a factory proportioned unit. 7. Provide polymer modified portland cement mortar that is placeable from 1/8 inch to 1-1/2 inch in depth per lift. 2.03 PERFORMANCE A. Polymer -modified portland cement mortar for horizontal surfaces: 1. Properties of mixed polymer -modified portland cement mortar: a. Working time: 10 to 15 minutes. b. Finishing time: 20 to 60 minutes. c. Color: Concrete gray. 2. Properties of cured polymer -modified portland cement mortar: a. Compressive strength (ASTM C 109 Modified): 1) 4 hours: 250 pounds per square inch minimum. 2) Onel day: 1,800 pounds per square inch minimum. 3) 28 days: 7,000 pounds per square inch minimum. b. Splitting tensile strength (ASTM C 496) at 28 days: 880 pounds per square inch minimum. c. Flexural strength (modified of rupture)(ASTM C 78) at 28 days: 1,600 pounds per square inch minimum. October 2016 03905-3 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specificabons/039O5 (FS) Addendum No. 1 Attachment No. 5 Page 3 of 6 6730F10 d. Rapid freeze/thaw durability in accordance with ASTM C 666; Procedure A: 1) Relative durability factor at 300 cycles: 90 minimum. e. Bond strength in accordance with ASTM C 882 modified at 28 days: 2,200 pounds per square inch minimum. f. Thermal compatibility in accordance with ASTM C 884 modified: Passes test minimum. g. Abrasion (table abrader) at 7 days: 1) Weight loss: 7.0 gm maximum (H-22 wheel; 1,000 gm load; 1,000 cycles). h. Provide polymer -modified portland cement mortar approved by the United States Department of Agriculture. Provide polymer -modified portland cement mortar that does not produce a vapor barrier. B. Polymer -modified portland cement mortar for vertical and overhead surfaces: 1 Properties of mixed polymer -modified portland cement mortar: a. Working time: 10 to 15 minutes. b. Finishing time: 20 to 60 minutes. c. Color: concrete gray. 2. Properties of cured polymer -modified portland cement mortar: a. Compressive strength in accordance with ASTM C 109 modified: 1) 4 hours: 250 pounds per square inch minimum. 2) One day: 3,800 pounds per square inch minimum. 3) 28 days: 7,200 pounds per square inch minimum. b. Splitting tensile strength in accordance with ASTM C 496 at 28 days: 850 pounds per square inch minimum. c. Flexural strength (modified of rupture) in accordance with ASTM C 78 at 28 days: 1,650 pounds per square inch minimum. d. Rapid freeze/thaw durability in accordance with ASTM C 666; Procedure A: 1) Relative durability factor at 300 cycles: 90 minimum. e. Bond strength (ASTM C 882 modified) at 28 days: 2,500 pounds per square inch minimum. f. Thermal compatibility (ASTM C 884 modified): Passes test minimum. g. Abrasion (table abrader) at 7 days: 1) Weight loss: 8.9 gm maximum with H-22 wheel; 1,000 gm load; 1,000 cycles. h. Provide polymer -modified portland cement mortar approved by the United States Department of Agriculture. i. Provide polymer -modified portland cement mortar that does not produce a vapor barrier. PART 3 EXECUTION 3.01 PREPARATION A. Prior to concrete restoration work, provide high-pressure water wash down of walls, and floors. October 2016 03905-4 pw lCarollo&CocEanents/ClienttT(ICorpus Christil6730F101Specifieations103905 (FS) Addendum No. 1 Attachment No. 5 Page 4 of 6 6730F10 B. Areas to be repaired must be clean, sound, and free of contaminants. 1. Remove all loose and deteriorated concrete by mechanical means acceptable to the Engineer. 2. Saw cut perimeter 112 -inch maximum. 3. Chip concrete substrate to obtain a surface profile of 1/16 inch to 1/8 inch in depth with a new fractured aggregate surface. 4. Be sure the area to be repaired is not less than 1/8 inch to 1/2 inch. C. Use the following procedures where reinforcing steel with active corrosion is encountered: 1. Sandblast reinforcing steel to remove all contaminants and rust. 2. Determine section loss, splice new reinforcing steel where there is more than 15 percent loss as directed by the Engineer. 3. If more than half the diameter of the reinforcing steel is exposed, chip out behind the reinforcing steel a minimum of 1/2 inch. 4. The distance chipped behind the reinforcing steel must also equal or exceed the minimum placement depth of the accepted material. D. Treat cracks in the substrate at the area of patching or overlay work as directed by the Engineer. E. Extend existing control and expansion joints through any patch or overlay. Install new joints as directed by the Engineer. Fill joints as directed by the Engineer. F. Apply an epoxy bonding agent to area to be repaired, as specified in Section 03071, prior to patching concrete with polymer -modified portland cement mortar. 3.02 MIXING A. Mix in accordance with manufacturer's mixing instructions. 3.03 INSTALLATION A. Place no mortar without prior authorization of Engineer. B. Install in accordance with manufacturer's installation instructions. C. In accordance with ACI recommendations apply mortar only when ambient conditions of moisture, temperature, humidity, and wind are favorable for curing. D. Scrub mortar into substrate, filling all cracks, voids, and pores. E. Provide smooth steel trowel finish free from trowel marks and depressions greater than 1/4 inch. F. During the curing process, protect mortar from rain, wind, or freezing as required. Keep sufficient covering on hand at all times. G. Provide surface coating as specified in Section 09960. October 2016 03905-5 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specificabons/039O5 (FS) Addendum No. 1 Attachment No. 5 Page 5 of 6 6730F10 3.04 CLEANING A. Remove debris and excess material. Leave pump station and work site in a neat, clean condition without evidence of spillovers onto adjacent areas. END OF SECTION October 2016 03905-6 pvwllCanollolDocunents/ClienfIDUCorpus Chr 6730F10/Specifications103905 (FS) Addendum No. 1 Attachment No. 5 Page 6 of 6 6730F10 ATTACHMENT 6 SECTION 10400 SIGNAGE PART1 GENERAL 1.01 SUMMARY A. Section includes: Plastic and metal signs for building and site use. 1.02 SUBMITTALS A. Product data: B. Shop drawings: Include lists of sign types, sizes, text, and colors; mounting details; locations; and cast metal plaque rubbings and templates. C. Samples: Include actual materials. D. Manufacturer's installation instructions. 1.03 QUALITY ASSURANCE A. Manufacturer qualifications: Manufacturer of proposed products for minimum 5 years with satisfactory performance record of minimum 5 years. B. Installer qualifications: Manufacturer approved installer of products similar to specified products on minimum 10 projects of similar scope as Project with satisfactory performance record. C. Regulatory requirements: Provide signage in accordance with Americans with Disabilities Act as published in the Federal Register, Volume 56, No. 144, Friday, July 26, 1991. PART2 PRODUCTS 2.01 PLASTIC SIGNAGE SYSTEM A. Manufacturers: 1. One of the following or equal: a. Best Manufacturing Sign Systems, Montrose, CO; System 900013. b. Andco Industries Corp., Greensboro, NC; equivalent product. c. Vomar Products, Inc., Sepulveda, CA; equivalent product. Attachment: 1. Vinyl tape, self -adhering. C. Lettering: 1. Helvetica medium, 3/4 inches high. October 2016 10400-1 pwl/CardlolDocti entsIClientnICorpus Chr u`fi73DF1O/Spedfica s11p400 (FS) Addendum No. 1 Attachment No. 6 Page 1 of 7 6730F10 D. Material for interior use: 1. Plastic 1/8 -inch thick raised letters. E. Material for exterior use: 1. Fiberglass 1/4 inch thick with high gloss finish, raised letters, blasted from single piece of fiberglass for integral letter and background. 2. No adhesive as mechanical fastening of letters shall be allowed. F. Colors: 1. As selected by Engineer from manufacturer's standard colors. G. See Schedule A for specific sign size, location, text, pictogram, and quantity. 2.02 METAL SAFETY SIGNS A. Manufacturer: Meeting OSHA Requirements; 40 -mil thick aluminum with baked enamel finish. One of the following or equal: 1. Seton Name Plate Co., Branford, Connecticut, Special Wording. 2. Emedco, Buffalo, New York. B. Danger sign colors: 1. Background: White. 2. Heading: White lettering on red oval with white border in black rectangular panel. 3. Message: Black lettering on white. 4. Size: As scheduled. Caution sign colors: 1. Background: Yellow. 2. Heading: Yellow lettering on black rectangular panel. 3. Message: Black lettering on yellow. 4. Size: As scheduled. D. Safety instruction signs: 1. Background: White. 2. Heading: White lettering on green rectangular panel. 3. Message: Black lettering. 4. Size: As scheduled. E. Warning sign colors: 1. Background: Orange. 2. Heading: Black lettering on orange diamond in black rectangular panel. 3. Message: Flack lettering on orange. 4. Size: As scheduled. F. Notice information signs: 1. Background: White. 2. Heading: White lettering on blue rectangular panel. 3. Message: Black lettering. 4. Size: As scheduled. October 2016 10400-2 pwllCarolloacunenfsICfien1IIYJCorpusChr 6730F1O/SpecificaIois/10400(FS) Addendum No. 1 Attachment No. 6 Page 2 of 7 6730F10 G. Fasteners: Round head stainless steel bolts or screws. H. See Schedule B for specific sign size, location, text, and quantity. 2.03 EXTERIOR INFORMATION SIGNS A. Able to withstand 130 miles per hour wind load without damage: 1 Manufacturers: One of the following or equal: a. Best Manufacturing Sign Systems, Montrose, CO; equivalent product. b. Andco Industries Corp., Greensboro, NC; equivalent product. c. Vomar Products, Inc., Sepulveda, CA; equivalent product. Sign panel: Nominal 3 inches thick, consisting of 1/8 -inch thick fiberglass material with integral returns fully encapsulating wood and foam core, 118 -inch radius edges and corners, size as indicated on the Drawings. C. Text: Helvetica medium, size and wording as indicated on the Drawings. D. Posts: Nominal 3 inch square extruded aluminum sections with aluminum fillers at top and bottom, mounting hardware, and aluminum baseplates drilled for anchor bolts. E. Fasteners: Manufacturer's standard, suitable for application and wind load. F. Colors: As selected from manufacturer's standard colors. 2.04 HAZARD MATERIAL SIGNALS A. Manufacturer: One of the following or equal: 1. Seton Name Plate Co., Branford, Connecticut. 2. Emedco, Buffalo, New York. Hazard material signals: In accordance with NFPA 704, 2007; vinyl panels, letters, and symbols with pressure sensitive adhesive, sizes as required for viewing distances, letters and symbols in accordance with Schedule C. PART 3 EXECUTION 3.01 PREPARATION A. Protect adjacent surfaces which may be damaged by installation of signs. B. Prepare substrates in accordance with sign manufacturer's instructions. C. Remove scale, dirt, grease, and other contaminates from substrates. 3.02 INSTALLATION A. Install signs in accordance with sign manufacturer's instructions. B. Fasten signs securely in level, plumb, and true to plane positions. October 2016 10400-3 pw:flCardlolDocti entsIClientnICorpus Chr uffi73DF1O/Spedfica s/10400 (FS) Addendum No. 1 Attachment No. 6 Page 3 of 7 6730F10 C. Install signs where indicated on the Drawings or as indicated in the following schedules. 3.03 SCHEDULES A. Plastic Signage System Schedule. B. Metal Safety Sign Schedule. C. Hazard Material Signals. END OF SECTION October 2016 10400-4 pwllCarolloacunenfsICfien1IIYJCorpusChr 6730F1O/SpecificaIois/10400(FS) Addendum No. 1 Attachment No. 6 Page 4 of 7 6730F10 SCHEDULE A PLASTIC SIGNAGE SYSTEM SCHEDULE A. Room Names: 1. Location: On wall outside room adjacent to latch side of doors or when not enough space on latch side, on nearest adjacent wall. 2. Height: 60 inches above floor to center or sign. 3. Size: 6 inches square. 4. Colors: As selected by Engineer. 5. Text: HFS Feed Room B. Fire Extinguishers: 1. Location: Adjacent to fire extinguishers. 2. Height: 60 inches above floor to center of sign. 3. Size: 6 inches square. 4. Colors: White letters on OSHA Red background. 5. Text: FIRE EXTINGUISHER. END OF SCHEDULE A PLASTIC SIGNAGE SYSTEM SCHEDULE October 2016 10400-5 pw:flCardlolDocti entsIClientnICorpus Chr uffi73DF1O/Spedfica s11p400 (FS) Addendum No. 1 Attachment No. 6 Page 5of7 6730F10 SCHEDULE B METAL SAFETY SIGN SCHEDULE A. NONPOTABLE WATER: 1. Location: At impure water and nonpotable water hose valves in accordance with Typical Detail M276. 2. Height: In accordance with Typical Detail. 3. Size: 10 inches wide by 7 inches high. 4. Heading: DANGER 5. Wording: DO NOT DRINK THIS WATER B. HYDROFLUOSILICIC ACID CONTAINMENT AREA: 1. Location: On exterior wall of containment areas, storage tanks and rooms. 2. Height: 60 inches above floor to center of sign, and on exterior of containment wall. 3. Size: 10 inches wide by 7 inches high. 4. Heading: CAUTION 5. Wording: HYDROFLUOSILICIC ACID CONTAINMENT STRUCTURE DO NOT PROP DOOR OPEN C. REMOTELY CONTROLLED AUTOMATIC EQUIPMENT: 1. Location: On front and back of equipment that starts automatically by remote control. 2. Height: 60 inches above floor to center of sign, or as achievable on equipment. 3. Size: 10 inches wide by 7 inches high. 4. Heading: DANGER 5. Wording: THIS EQUIPMENT STARTS AUTOMATICALLY BY REMOTE CONTROL D. HIGH VOLTAGE WARNING: 1. Location: On front and back of equipment, adjacent to doors to rooms containing devices, and devices that operate at 600 volts or greater. 2. Height: 60 inches above floor to center of sign. 3. Size: 10 inches wide by 7 inches high. 4. Heading: DANGER 5. Wording: HIGH VOLTAGE KEEP OUT E. NO SMOKING INFORMATIONAL SIGNS: 1. Location: On exterior face of wall, adjacent to each entry point (exterior door) to all buildings. 2. Height: 60 inches above floor to center of sign. Where metal safety signs are also located adjacent to entry points, place no smoking signs below these signs. 3. Size: 6 inches square. 4. Heading: None. 5. Wording: None. 6. Pictogram: International "No Smoking" symbol. END OF SCHEDULE B METAL SAFETY SIGN SCHEDULE October 2016 10400-6 pwllCarolloacunenfsICfien1IIYJCorpusChr 6730F1O/SpecificaIois/10400(FS) Addendum No. 1 Attachment No. 6 Page 6of7 6730F10 SCHEDULE C HAZARD MATERIAL SIGNALS A. HAZARD SIGNAL FOR HYDROFLUOSILICIC ACID (Fluoride) 23 PERCENT: 1. Location: At entrances to locations where stored and on storage tanks. 2. Height: 60 inches above floor to center of sign. 3. View Distance: 100 feet. 4. Health: 3 5. Flammability: 0 6. Reactivity: 0 7. Special: COR END OF SCHEDULE C IDENTIFICATION DEVICE SCHEDULE October 2016 10400-7 pw:flCardlolDocti entsIClientnICorpusChr uffi73DF1O/Spedfica s/1p400(FS) Addendum No. 1 Attachment No. 6 Page 7 of 7 6730F10 ATTACHMENT 7 SECTION 11244 LIQUID CHEMICAL PERISTALTIC HOSE TRANSFER PUMPS PART1 GENERAL 1.01 SUMMARY A. Section includes: Positive displacement peristaltic hose pumps complete with drives, controls, and features specified and scheduled in this Section. B. Tag numbers: 1. Refer to Pump Schedule in this Section. 1.02 REFERENCES A. National Electrical Manufacturer's Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum). B. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects. 1.03 DEFINITIONS A. NEMA: 1. Type 4X enclosure in accordance with NEMA 250. 1.04 SYSTEM DESCRIPTION A. General: 1. Provide positive displacement, peristaltic hose type chemical transfer pumps; accessories, and other items required for a complete and operational system. 2. Each chemical transfer pump system shall include, but not be limited to, the following items, which shall be supplied by the chemical transfer pump manufacturer: a. Pumps. b. Motors. c. Variable speed drives. d. External pressure relief valves. e. Leak Detection system. Fluid characteristics: 1. Hydrofluosilicic acid: a. Dry chemical formula: H2F6Si b. Solution concentration: 23 percent by weight. c. Solution pH: 1.2 d. Solution specific gravity: 1.223 C. Design requirements: 1. Check valves and seals: a. Check valves and diaphragms are not permitted. October 2016 11244-1 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica ns111244 (FS) Addendum No. 1 Attachment No. 7 Page 1 of 14 6730F10 b. Dynamic seals in contact with the pumped liquid are not permitted. c. Pumped liquid shall be contained within pump hose or tubing and shall not directly contact any rotary or metallic components. 2. Pumps: a. Dry self -priming, capable of being run dry without damaging effects to pump or tube. b. Maximum suction lift capability of up to 30 feet vertical water column. c. Maximum pressure rating of 230 pound per square inch. d. Flow shall be proportional to rotor speed and reversible in direction. e. Shafting and couplings: Design shafting and couplings to withstand a minimum of 1.5 times the maximum operating torque or other imposed loads. f. Supports: 1) Provide pump and driver factory -mounted on a common base. 2) Design anchor bolts to withstand a minimum of 1.5 times the maximum imposed operating loads or 1.0 times the imposed seismic loads, whichever is greater. 3. Pump performance characteristics: As specified in Pump Schedule in this Section. 4. Motor characteristics: As specified in this Section. 5. Variable speed drive characteristics: As specified in this Section. Performance requirements: 1. Systems shall deliver the pressures and volumes listed for their respective services in the Pump Schedule in this Section. 1.05 SUBMITTALS A. Product data: 1. Manufacturer's literature, illustrations, specifications, and bill of materials for each component of the system. a. Data shall include a complete description in sufficient detail to permit comparison with this Section. 2. Strike data for materials and components not provided as part of the Work. B. Shop drawings: 1. Provide a list of parameters, ratings, or other characteristics where the proposed chemical feed systems deviate from the requirements. 2. Dimensions, including anchoring layout, materials of construction, size, weight, and performance data. 3. Shop drawings for all accessory items. 4. Drawings: Provide electrical and instrumentation drawings showing coordination with electrical control devices operating in conjunction with the associated feed system. 5. Dimensioned inlet and outlet connections. 6. Current NSF 61 Certification for components to be in contact with associated chemical or potable water. 7. Provide data showing chemical compatibility and history of service with the associated chemical for materials in the system. October 2016 11244-2 pvwliCarollolDocunents/CIienfIDUCorpus Christ/6730H 0/Speaficalions/11244 (FS) Addendum No. 1 Attachment No. 7 Page 2 of 14 6730F10 Design data, test reports, certificates, manufacturer's instructions, manufacturer's field reports. 1 Manufacturer's installation and checkout instructions for components and accessories. 2. Transfer pumps: a. For each pump type, submit calibration charts and tables relating flow rate to speed. b. Submit calculations for each transfer pump showing the suitability of each pump for the suction and discharge conditions of each application point. 3. Certificates: a. Manufacturer's Representative's qualifications. b. Manufacturer's certificate stating that the materials of construction are compatible with the pumped fluid. c. Manufacturer's Certificate of Source Testing. d. Manufacturer's Certificate of Installation and Functionality Compliance. e. Certified results of vacuum testing. f. Certified bearing life. 4. Calibration curves for each pump relating speed to flow rate shall be supplied. a. Capacity control shall be 0 to 100 percent with delivery repeatable within plus or minus 1 percent accuracy over at least a 10 to 1 range. b. Certified factory test data showing metering accuracy and repeatability for a minimum of 10 machined hoses of the sizes specified with each hose operating for a minimum of 500 hours each. c. Provide characteristic curves for variable speed pumps for both actual maximum pump speed and for speed required to obtain minimum pump flow required. d. Motor and VFD supplier shall carefully review the intended application of the VFD and certify in writing that sizes provided are adequate for continuous or intermittent operations (whichever is the most severe operating condition. 5. Submit copies of complete Operation and Maintenance Manuals covering each piece of equipment, including instrumentation. a. Provide all safety considerations relating to operations and handling of the associated chemical. b. Maintenance data shall include all information and instructions required by plant personnel to keep equipment properly cleaned, lubricated, and adjusted so that it functions economically throughout its full design life. c. Lubrication charts and tables of alternate lubricants. d. Name, address, and phone number of manufacturer and manufacturer's local service representative. 1.06 QUALITY ASSURANCE A. As specified in Section 15050. B. Manufacturer qualifications: 1. Minimum 5 years of experience in production of equipment substantially similar to the specified equipment. 2. Submit evidence of satisfactory operation of units similar to the specified units in at least 5 separate facilities in accordance with the following requirements: a. All units on the submitted installation list shall utilize the same design for critical components as specified for this project. October 2016 11244-3 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica ns111244 (FS) Addendum No. 1 Attachment No. 7 Page 3 of 14 6730F10 b. The 5 installations shall satisfy the following requirements: 1) Years in service: Minimum 5 years. 2) Service: Municipal water in U.S. or Canada. c. Multiple units at a plant shall be considered as 1 installation toward meeting the experience requirements. 3. Fulfillment of the specified experience requirements shall be a condition of acceptance. C. Pre -installation meetings. 1.07 DELIVERY, STORAGE, AND HANDLING A. Packing, shipping, handling and unloading: 1. Pack for shipping and outdoor storage at the project site for up to 3 months. 2. Apply temporary corrosion protective coatings to unpainted components and pack components to protect from the elements. 3. Ship pump and drive completely assembled. 4. Ship hose element installed in pump. B. Acceptance at site: 1. Equipment and materials shall be inspected against approved shop drawings at time of delivery. 2. Equipment and materials damaged or not meeting requirements of the approved shop drawings shall be immediately returned to the system manufacturer for replacement or repair. C. Storage and protection: 1. Protect the pump system and components at the site and during installation prior to project completion. 2. Store and safeguard equipment, material, instructions, and spare parts in a dry location in accordance with system manufacturer's written instructions. 1.08 WARRANTY A. As specified in Section 15050. B. Extended warranty: 1. Provide an additional 2 years manufacturer's warranty, issued in the name of the Owner, for all equipment provided under this Section. 1.09 MAINTENANCE A. Extra materials: 1. Spare parks: Furnish the following spare parts packed and labeled for warehouse storage: a. 4 hose elements for each pump. b. 1 complete spare parts kit for each pump provided. c. 1 spare parts kit for each size and type of pressure relief valve. d. 2.Two hose lubricant refills. e. An initial supply of all oils, greases, and lubricants required to start operations. 1) Supply an amount of these materials equivalent to 1 year of continuous operation for each system. October 2016 11244-4 pvwllCarollolDocunents/ClienfIDUCorpus Christ/6730H 0/SpecificalionsI1244 (FS) Addendum No. 1 Attachment No. 7 Page 4 of 14 6730F10 B. Supply spare parts and special tools as required by manufacturer for proper pump maintenance. PART2 PRODUCTS 2.01 GENERAL A. A single pump manufacturer shall furnish and coordinate all drives and pump components specified in this Section, including motors, gears, couplings, supports, and other specified accessories and appurtenances to ensure compatibility and integrity of the individual components. B. The manufacturer of the pumps shall have sole -source responsibility for furnishing the complete assemblies and meeting the specified performance requirements. C. Pump shall match the transfer pump currently in use. 2.02 PUMPS A. Pump manufacturer: The following, no equal: 1. Watson -Marlow Bredel Pumps, Series 40. B. Type: Simplex chemical proportioning pumps of the peristaltic hose type. C. General 1. Horizontal, Positive displacement, peristaltic hose pump 2. Capable of operating in either direction without flow variation 3. Capable of running dry without damage to pump or hose 4. Capable of pulling 95% of full vacuum 5. Repeatability: + 1% accurate 6. Valveless/Glandless design with no dynamic seals in contact with the pumped product. 7. Pump shall be capable of being rotated in 90 -degree increments for four (4) different port -mounting configurations. 8. Direct Coupled gear drive arrangement as specified herein. 9. Pump hardware shall be galvanized steel. D. Hose and Lubricant 1. Hose shall be manufactured of three -layer elastomer with an extruded inner wetted layer of EPDM, four layers of nylon reinforcement, and a Natural Rubber outer layer. Hose outside diameter shall be machined to maintain a wall thickness within + 0.25 mm tolerance. The hose external surface shall have a surface roughness of Ra 8+ 41.1. Hoses must have a smooth extruded internal surface and have tolerance controlled through machining. Hoses that do not meet these minimum requirements are not acceptable. 2. Minimum Static Burst Pressure rating of 800 psi. 3. 53-68 shore A durometer. 4. Hose must be replaceable without cover or pump removal. 5. Pump housing shall contain a NSF -listed food -grade glycerin based hose lubricant blended to provide a medium for cooling and lubrication. October 2016 11244-5 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica ns111244 (FS) Addendum No. 1 Attachment No. 7 Page 5 of 14 6730F10 E. Pump Housing, Rotor, and Internal Bearing Frame 1. Housing construction: Pump housing shall be cast iron and shall be supplied with an internal bearing hub to support the rotor on its own bearings. Provide a threaded drain plug at the lowest point of the pumping chamber to allow complete drainage of lubricant. a. Cast Iron ASTM A48 Class 25 2. Pump rotor a. Rotor shall be cast iron with two pressing shoes located 180 degrees apart. To perfectly match the pump to the process conditions and eliminate slip, shoe occlusion must be adjustable. Rotors incorporating rollers or fixed occlusion shoes are unacceptable. 1) Cast Iron rotor ASTM A48 Class 25 with adjustable, shimmable shoes constructed of epoxy or extruded aluminum as recommended by the manufacturer. Shims shall be constructed of 316 Stainless Steel with a shim thickness of 0.5 mm. The specified manufacturing tolerance of the hose, when compressed, shall not exceed the occlusion setting of one shim. 3. Internal Bearing Frame a. Pump rotor shall be independently supported on its own set of heavy duty ball bearings such that the bearings are located directly under the rotor's load. Bearings shall be supported by the bearing hub located within the pump housing and shall be sealed via a dynamic seal. Bearings shall be sealed and greased for life. Pumps which use pump lubricant to lubricate the bearings, external bearing frames which allow overhung loading and require long coupling configurations, or close coupling where the rotor is not supported by pump bearings are not acceptable. b. Gearing shall be direct coupled to the back of the pump housing and shall be completely isolated from the process fluid and pump fluid through the sealed bearing hub. Gear unit and drive components shall be serviceable without removal of the pump rotor. F. Flanged Connectors 1. Supply pump with flanged inlet and outlet to ANSI/ASA 150# standards with wetted inserts compatible with the process fluid as indicated in the Process Pump Schedule. Flange construction: a. 316 Stainless Steel 2. Pump hose shall extend from the pumping chamber to allow visual confirmation of hose/flange insert connection. Flange insert shall be secured to the pump hose via a single band clamp. Securing the hose using multiple clamps or internal compression fittings that cannot be visually verified as secure without disassembly of the pump is not acceptable. 3. Flange supports shall be of one piece construction and shall secure to the pump housing via two or four bolts to maintain a compression seal between the pump housing and hose. Flange support construction: a. 316 Stainless Steel G. Pump Cover 1. Pump cover shall be constructed of Cast Iron a. ASTM A245 Class 36 October 2016 11244-6 pw lCarollo&CocEanents/ClienttT(ICorpus Christil6730F101Specifieations111244 (FS) Addendum No. 1 Attachment No. 7 Page 6 of 14 6730F10 2. Viewing Window: Equip cover with a viewing window constructed of PMMA to allow clear visual confirmation of direction of rotation. Window shall be marked with a minimum lubricant registration mark for proper indication of lubricant level when pump is stationary. The window shall be large enough to replace pressing shoes and allow shim adjustment without removing pump cover. 3. Cover Mounting: Pump covers shall be bolted along the perimeter to the pump housing and shall seal via a captive quadring seal. H. Frarne 1. Support frame shall be torsion free and constructed of formed hot dipped galvanized steel with a coating thickness of 15 microns. Welded steel or modular adjustable frames are not acceptable. I. High lubricant leak detector 1. Provide a float type magnetic reed switch located near the top of the pump to detect leakage of pumped product into the pump housing. 2. Supply sensor Normally Closed with the ability for field adjustment to Normally Open 3. Pump manufacturer to supply switch only. Contractor is responsible for alarm and relay to tum pump off unless otherwise specified herein. 4. Float switch shall be rated to the following maxima: a. Vmax = 240VAC b. 'max = 1 Amp c. Pm ax = 50VA J. Revolution Sensor 1. Provide inductive type sensor to detect rotor revolutions. Mount sensor on the rear of the pump housing. 2. Pump manufacturer to supply sensor only. Contractor is responsible for any additional equipment which may be required to integrate this into their control system. 3. Inductive sensor actuates a non -maintained NO switch when triggering device passes the sensor. When inductive sensor is powered and pump's in operation a pulse waveform is generated. 4. Inductive sensor shall be rated to the following maxima: a. Vmax = 30VDC b. I max = 150 mA c. Pmax = 4.5VA 2.03 DRIVE SYSTEM A. Direct Coupled Gearing with Fully Protected Drive Mounting 1. Provide gearing with Fully Protected Drive direct -coupled mounting to the pump housing. a. The gearbox shall bolt directly to the pump housing which shall include a buffer zone between the gearing and pump head to prevent gearbox contamination from pump fluid or lubricant in the event of a hose lubricant seal failure. The pump's internal bearing hub shall be vented through the rear of the pump housing to allow visual detection in the event of a hose lubricant seal failure. October 2016 11244-7 pwllCarolloIDocunents/Client/TYJCorpus Christil8730F10ISpecifieations111244 (FS) Addendum No. 1 Attachment No. 7 Page 7 of 14 6730F10 b. Close coupled pump designs which utilize the gearbox to seal the pump housing and expose the gearbox to lubricant or pumpage are not acceptable. c. Long coupled pumps which require external couplings, coupling alignment, and coupling guards are not acceptable. 2. Design gear reduction to match output speed requirement of the pump using two or three -stage gearing and matching torque rating of pumping equipment. Gearing shall be classified for continuous heavy shock duty, 24 hr duty with a minimum of 1.4 service factor. a. Ultra -compact, high torque planetary gearing with cast iron housing B. Motors 1. Provide premium efficient, TEFC or TENV, squirrel -cage induction motors, NEMA C face, conforming to the latest applicable requirements of NEMA, IEEE, ANSI, and NEC standards. 2. Provide motor HP in accordance with Process Pump Schedule. 3. Motors are to be designed for continuous duty for 3-phase, 230/460VAC operation, NEMA Design B with torque and starting currents in accordance with NEMA MG1-1993-12.35 and 12.38. Ratings to be based on a 40 degree C ambient 3,300 feet altitude or lower operation with a maximum temperature rise of 80 degree by resistance C at 1.0 service factor (and 90 degree C rise 1.15 service factor). 4. Motors shall be furnished with Class F insulation utilizing materials and insulation systems evaluated in accordance with IEEE 117 classification tests. Motors shall have 1.15 service factor but shall be selected for operation within their full load rating without applying the service factor. 5. Bearings shall be selected to provide L10 rating of 100,000 hrs minimum for 0 - face flexible coupled applications. For frame sizes 56-140, bearings shall be permanently lubricated. For frame sizes 180 and larger, proved capped grease fitting. 6. For frame sizes 180 and larger, motor enclosure including frame, end brackets locking bearing inner caps, fan guard, and conduit box and cover shall be cast iron, ASTM Type A48, Class 25 or better. Conduit box shall be diagonally split with tapped NPT threaded conduit entrance hole, neoprene conduit box cover gasket, neoprene lead seal gasket between box and motor frame, and ground lug. For frame sizes 56-140, motor enclosure, fan guard, conduit box, and cover shall be carbon steel. End shield shall be constructed of aluminum. Conduit box shall be top mounted with F1/F2 conduit entrance holes, grounding lug,, and neoprene conduit box gasket between box and motor frame. 7. External cooling fan on TEFC motors shall be corrosion resistant, non - sparking, bi-directional, keyed, clamped, and shouldered on the motor shaft. 8. Motor rotor construction shall be die cast aluminum, fabricated copper, or their respective alloys. Motor shall have copper windings. 9. Motor leads shall be nonwicking type permanently numbered for identification. 10. All motors shall be premium efficient with minimum efficiencies exceeding NEMA MG1-1993 Table 12-10. Motor efficiency shall be determined in accordance with NEMA MG1-1993-12.58.1 and full Toad efficiency labeled on motor nameplate in accordance with NEMA MG1-1993-12.58.2 October 2016 11244-8 pvwliCarollolDocunents/CIienfIDUCorpus Christ/6730H 0/Speaficalions/11244 (FS) Addendum No. 1 Attachment No. 7 Page 8 of 14 6730F10 11. Motors shall suitable for use with PWM type variable frequency drives. Motors frame size 56-180 shall be rated for 10:1 constant torque continuous duty over 6-60 Hz. Larger frame motors shall be rated for 4:1 constant torque continuous duty over 15-60 Hz. 12. Acceptable Manufacturers — Reliance Electric or approved equal. C. Remote control inputs: a. None D. Status outputs: a. Up to 6 relay contacts rated 2A at 120 VAC, NO or NC, software configurable for the following: 1) RUN status. 2) FORWARD/REVERSE status. 3) AUTO/MANUAL status. 4) DRIVE FAIL status. 5) TUBE LEAK status. 6) HIGH PRESSURE. 7) HIGH LEVEL. 8) HIGH MOTOR TEMPERATURE. b. Speed output: Analog 4-20 mA or 0-10 VDC. 2.04 INSTRUMENTATION AND CONTROLS A. The hose transfer pump MANUFACTURER/supplier shall provide one Vendor Control Panel (VCP) for each pump, and send the pump status signals back to the SCADA system. This control panel will be mounted next to the Hose Transfer Pumps as determined by the manufacturer. B. Vendor Control Panel shall include the following items: 1. Components: a. Provide all components in accordance with Section 17710. b. VFD control will be provided to adjust pump speed. c. VCP shall have provisions for communication with the plant SCADA system via Ethernet. d. Enclosure: 1) NEMA 4X — rating in conformance with Sections 16050 and 17710. 2) The control panel shall be UL approved and labeled. e. Motor starter (Section 16422) with motor circuit protector circuit breaker for each motor starter including but not limited to the following: 1) Hose Transfer Pump. f. Control Devices: 1) Vendor Control Panel (VCP): a) Provide the following indicators: (1) Overall System Indicators: (a) White power on indicator (b) Green system run indicator (c) Amber system alarm indicator (d) Red High Level alarm for all tanks coupled with local horn (e) Red Maximum Day Tank Weight alarm interlocked to transfer pumps. October 2016 11244-9 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica ns111244 (FS) Addendum No. 1 Attachment No. 7 Page 9 of 14 6730F10 (2) Hose Transfer Pump. (a) Green run indicator. (b) Red fault indicator. b) Provide the following push buttons: (1) Hose Transfer Pump: (a) Provide START and STOP push buttons. (b) Provide buttons to adjust the pump speed 2. Instrumentation: a. Scale to measure the Day Tank weight will be provided by the contractor. The signal must be hardwired to the VCP. b. Level sensors for all chemical tanks hardwired to an audible alarm. 3. Hose Transfer Pump Operation: a. References: 1) 31 -PID -1706 b. Abstract: 1) Each hose transfer pump is dedicated to a single bulk storage tank. 2) Hose pumps may only be controlled locally at their respective VCP, and the signal will be sent back to SCADA. 3) Hose pump speed is controlled at the VCP through the VFD. 4) The Day Tank scale is hardwired to the VCP to prevent the selected pump from operating if the scale reaches a maximum set threshold. c. Hardwired Control: 1) There is no LOR switch. The system only operates in Local mode. d. Hardwired interlocks 1) The hose pump is stopped and prohibited from running if: a) The stop pushbutton is activated. b) The scale sensor for the Day Tank exceeds a set threshold. e. VCP PLC Control: (1) None f. Software Interlocks: 1) None g. SCADA control: 1) None 2.05 ACCESSORIES A. Pressure relief valves: 1. Manufacturers: Asahi, Griffco Valve Inc., ChemLine Plastics, or equal. 2. Materials: a. Lower body, seat, ball guide, and ball: CPVC. b. Diaphragm: PTFE faced EPDM. c. Seat gasket: Viton. d. Adjusting bolt, locknut, control spring, and fasteners: Stainless steel. e. End connections: Flanged or socket weld. 3. In-line design, size as indicated on the Drawings and required by this Section. a. Valves shall be suitable for the service flow and pressure specified in this Section. 4. The pump supplier shall provide all pressure relief valves associated with the chemical system. 5. Set pressures shall be factory set at the levels scheduled in this Section. Valve settings shall be externally adjustable from 0 to 100 pound per square inch. October 2016 11244-10 pvwlfCarollolDocunents/ClienfIDUCorpus Christ/6730H 0/Speaficalions/11244 (FS) Addendum No. 1 Attachment No. 7 Page 10 of 14 6730F10 6. Provide 3 -port configuration for all pressure relief valves where piping back to a tank or connection to drain piping is indicated on the Drawings. B. Additional accessories: 1. Additional accessories required for the system but not required to be supplied by the pump manufacturer include: a. Diaphragm seals as specified in Section 17401, except as modified in this Section: 1) Materials shall be compatible with the pumped liquid at the specified concentration and suitable for outdoor use and exposure. 2) Shutoff valve shall be provided. b. Pressure switches as specified in Section 17403. c. Pressure gauges as specified in Section 17404. d. Isolation valves as specified in Section 15111 for suction and discharge piping as indicated on the Drawings. 2.06 COATINGS A. Provide pump assembly primed and finish painted within manufacturer's standard paint specification 1. Primer Coat a. Two pack (component) epoxy resin primer b. Dry thickness 20-40 micron 2. Finish Coat a. Two pack (component) acrylate isocyanate combination b. Dry thickness 20-40 micron c. Color- RAL 3011 brown red 2.07 CHEM DUTY PROTECTION A. Manufacturer shall provide pumps with materials for chem duty protection as specified below. Where materials of construction conflict with the above base specification for standard service hose pumps, the construction specified below shall take precedence. 1. Hardware a. All External Hardware: 316 Stainless Steel b. Flanges, Flange Brackets, and Hose Clamps: 316 Stainless Steel c. Flange Inserts: material as specified in the Process Pump Schedule 2. Plugs and Fittings: Drain plugs, vent housing, and level sensor housing shall be constructed of CPVC. 3. All Seals: EPDM. 4. Mounting Frame: 316 Stainless Steel 5. Painting: Stainless Steel surfaces shall not be painted. 2.08 NAMEPLATES A. Each pump, gearbox and motor shall have, securely affixed in a conspicuous location, a stainless steel nameplate with raised letters providing the manufacturer's model, serial number, rating, range, speed and other pertinent data. October 2016 11244-11 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica ns111244 (FS) Addendum No. 1 Attachment No. 7 Page 11 of 14 6730F10 2.09 SOURCE QUALITY CONTROL A. Tests and inspections: 1 Non -witnessed Inlet Vacuum Testing a. Test assembled Pump running on air. b. Run test for a minimum of 35 seconds and record vacuum reading which must meet or exceed 28" Hg Vacuum. c. In the event that specified tests indicate that the pump does not meet specifications, Engineer has the right to require complete tests for the pump at no additional cost to the owner. d. Repeat tests until specified results are obtained. e. Correct or replace promptly all defects or defective equipment revealed by or noted during tests at no additional cost to the Owner. 2. As specified in Sections 01756 and 15050. 3. As scheduled in this Section. PART 3 EXECUTION 3.01 INSTALLATION A. Installation shall be as indicated on the Drawings, in accordance with written instructions of the manufacturer, and as specified in Section 15050. 3.02 COMMISSIONING A. As specified in Section 01756 and this Section. B. Manufacturer services: Source Testing: 1. Pump: a. Performance test: Test level as scheduled; test as specified in Section 15958. October 2016 11244-12 pvwliCarollolDocunents/ClienlIDUCorpus Chr 673DF10/Specificaliors/i1244 (FS) Addendum No. 1 Attachment No. 7 Page 12 of 14 6730F10 Manufacturer Rep Onsite Process Trai ning Installation Functional Operational Requirements Testing Testing Period Source Testing Operation Days Days Days (Witnessed or Maintenance (hrs per (each (each (each Non -witnessed) (hrs per session) session) Trips trip) Trips trip) Trips trip) Non -witnessed 2 2 1 1 1 1 24 hour on- call Source Testing: 1. Pump: a. Performance test: Test level as scheduled; test as specified in Section 15958. October 2016 11244-12 pvwliCarollolDocunents/ClienlIDUCorpus Chr 673DF10/Specificaliors/i1244 (FS) Addendum No. 1 Attachment No. 7 Page 12 of 14 6730F10 Functional Testing: 1 Pump assembly: a. Performance test: Test level as scheduled; test as specified in Section 15958. 3.03 SCHEDULES A. Pumps: Tag Number 31-P-1712, 31-P-1713 Feed Point Plant 1 filtered water / Plant 2 filtered water Service Hydrofluosilicic Acid 23 percent Pump Type Peristaltic Hose Number of Pumps 1 lst Named Manufacturer's Model SPX40 Torsional Analysis Not Required Pump Characteristics Design Conditions Maximum Flow, (gallons per minute) 42 Minimum Flow, (gallons per hour) 4.2 Normal Flow, (gallons per hour) 40 Pump rpm 12.0 - 120 Maximum Discharge Pressure (psi) 50 Minimum Suction Lift (feet) 5 Relief Valve Setting (psig) 73 psig Pump Materials Pump Housing/Enclosure Cast Iron Hose/Tubing Buna-N Rotor Cast Iron Pump Shaft Steel Alloy Pump Housing Support 316 Stainless Steel Pump Connections ANSI Flanged Driver Characteristics Driver Type TEFC Motor w/VFD Drive Coupling Direct Minimum Driver Horsepower 5.0 Maximum Driver Speed, (rpm) 120 October 2016 11244-13 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica ns111244 (FS) Addendum No. 1 Attachment No. 7 Page 13 of 14 6730F10 Tag Number Service 31-P-1712, 31-P-1713 Service Factor HFS-PRV-05 1.15 Voltage/Phases/Hertz 73 psig 2301460-voIt160 Hertz, 3-phase NEMA Enclosure Type NEMA 4X Source Testi n a Test Witnessing Not Witnessed Performance Test level 1 Functional Testing Performance Test level 1 B. Pressure relief valves: Tag Number Service Spring Range Relief Pressure (factory setting) HFS-PRV-05 HFS 0-100 psig 73 psig END OF SECTION October 2016 11244-14 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF10/Specificatiorsl11244 (FS) Addendum No. 1 Attachment No. 7 Page 14 of 14 6730F10 ATTACHMENT 8 SECTION 11245 LIQUID CHEMICAL PERISTALTIC TUBE METERING PUMPS PART1 GENERAL 1.01 SUMMARY A. Section includes: Positive displacement peristaltic tubing pumps complete with drives, controls, and features specified and scheduled in this Section. B. Tag numbers: 1. Refer to Pump Schedule in this Section. 1.02 REFERENCES A. National Electrical Manufacturer's Association (NEMA): 1. 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum). B. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects. 1.03 DEFINITIONS A. NEMA: 1. Type 4X enclosure in accordance with NEMA 250. 1.04 SYSTEM DESCRIPTION A. General: Provide positive displacement, peristaltic tubing type chemical metering pumps; accessories, and other items required for a complete and operational system. Each chemical metering pump system shall include, but not be limited to, the following items, which shall be supplied by the chemical metering pump manufacturer. 1. Pumps. 2. Motors. 3. Variable speed drives. 4. Calibration columns. Fluid characteristics: 1. Hydrofluosilicic acid: a. Dry chemical formula: H2F6Si b. Solution concentration: 23 percent by weight. c. Solution pH: 1.2 d. Solution specific gravity: 1.223 October 2016 11245-1 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1WSpecificabons111245 (FS) Addendum No. 1 Attachment No. 8 Page 1 of 11 6730F10 C. Design requirements: 1. Check valves and seals: Check valves and diaphragms are not permitted. Dynamic seals in contact with the pumped liquid are not permitted. Pumped liquid shall be contained within pump tubing and shall not directly contact any rotary or metallic components. 2. Pumps: a. Dry self -priming, capable of being run dry without damaging effects to pump or tube. b. Maximum suction lift capability of up to 10 feet vertical water column. c. Maximum pressure rating of 60 pounds per square inch. d. Flow shall be proportional to rotor speed and reversible in direction. 3. Pump performance characteristics: As specified in Pump Schedule in this Section. 4. Motor characteristics: As specified in this Section. 5. Variable speed drive characteristics: As specified in this Section. D. Performance requirements: 1. Systems shall deliver the pressures and volumes listed for their respective services in the Pump Schedule in this Section. 1.05 SUBMITTALS A. Product Data. 1. Manufacturer's literature, illustrations, specifications, and bill of materials for each component of the system. Data shall include a complete description in sufficient detail to permit comparison. 2. Strike data for materials and components not provided as part of the Work. B. Shop drawings. 1. Provide a list of parameters, ratings, or other characteristics where the proposed chemical feed systems deviate from the requirements. 2. Dimensions, including materials of construction, size, weight, and performance data. 3. Drawings: Provide electrical and instrumentation drawings showing coordination with electrical control devices operating in conjunction with the associated feed system. 4. Dimensioned inlet and outlet connections. 5. Current NSF 61 Certification for components to be in contact with associated chemical or potable water. 6. Provide data showing chemical compatibility and history of service with the associated chemical for materials in the system. Design data, test reports, certificates, manufacturer's instructions, and manufacturer's field reports. 1. Chemical feed pumps: a. For each pump type, submit calibration charts and tables relating flow rate to speed. 2. Certificates: a. Manufacturer's Representative's qualifications. b. Manufacturer's certificate stating that the materials of construction are compatible with the pumped fluid. c. Manufacturer's Certificate of Source Testing. October 2016 11245-2 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1O/Specificabonsl11245 (FS) Addendum No. 1 Attachment No. 8 Page 2 of 11 6730F10 d. Manufacturer's Certificate of Installation and Functionality Compliance. 3. Calibration curves for each pump relating speed to flow rate shall be supplied. a. Capacity control shall be 0 to 100 percent with delivery repeatable within plus or minus 1 percent accuracy over at least a 10 to 1 range. D. Motor and VFD supplier shall carefully review the intended application of the VFD and certify in writing that sizes provided are adequate for continuous or intermittent operations (whichever is the most severe operating condition Closeout Documents. 1 Submit copies of complete Operation and Maintenance Manuals covering each piece of equipment, including instrumentation. a. Provide all safety considerations relating to operations and handling of the associated chemical. b. Maintenance data shall include all information and instructions required by plant personnel to keep equipment properly cleaned, lubricated and adjusted so that it functions economically throughout its full design life. c. Name, address and phone number of manufacturer and manufacturer's local service representative. 1.06 QUALITY ASSURANCE A. As specified in Section 15050. B. Manufacturer qualifications: 1. Minimum 5 years experience in production of equipment substantially similar to the specified equipment. 2. Submit evidence of satisfactory operation of units similar to the specified units in at least 5 separate facilities in accordance with the following requirements: a. All units on the submitted installation list shall utilize the same design for critical components as specified for this project. b. The 5 installations shall satisfy the following requirements: 1) Years in service: Minimum 5 years. 2) Service: Municipal water in U.S. or Canada. c. Multiple units at a plant shall be considered as 1 installation toward meeting the experience requirements. C. Pre -installation meetings. 1.07 DELIVERY, STORAGE, AND HANDLING A. Packing, shipping, handling and unloading: 1. Pack for shipping and outdoor storage at the project site for up to 6 months. Apply temporary corrosion protective coatings to unpainted components and pack components to protect from the elements. 2. Ship pump and drive completely assembled. Pumps shall arrive on site mounted in FRP panel enclosures with all valves, appurtenances, and connections for two pumps per panel. Panels will require connection of suction and discharge piping, and electrical and controls connections. B. Acceptance at site: 1. Equipment and materials shall be inspected against approved shop drawings at time of delivery. Equipment and materials damaged or not meeting requirements of the approved shop drawings shall be immediately returned to the system manufacturer for replacement or repair. October 2016 11245-3 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1WSpecificabons111245 (FS) Addendum No. 1 Attachment No. 8 Page 3 of 11 6730F10 C. Storage and protection: 1. Protect the pump system and components at the site and during installation prior to project completion. 2. Store and safeguard equipment, material, instructions, and spare parts in a dry location in accordance with system manufacturer's written instructions. 1.08 WARRANTY A. As specified in Section 15050. B. Extended warranty: 1. Provide an additional two years manufacturer's warranty, issued in the name of the Owner, for all equipment provided under this Section. 1.09 MAINTENANCE A. Extra materials: 1. Spare parts: Furnish the following spare parts packed and labeled for warehouse storage: a. 4 tubing elements for each pump. b. 1 complete spare parts kit for each pump provided. c. 1 spare parts kit for each size and type of pressure relief valve. d. An initial supply of all oils, greases, and lubricants required to start operations. Supply an amount of these materials equivalent to 1 year of continuous operation for each system. PART2 PRODUCTS 2.01 GENERAL A. A single pump manufacturer shall furnish and coordinate all drives and pump components specified in this Section, including motors, gears, couplings, supports, and other specified accessories and appurtenances to ensure compatibility and integrity of the individual components. The manufacturer of the pumps shall have sole -source responsibility for furnishing the complete assemblies and meeting the specified performance requirements. 2.02 PUMPS A. Pump manufacturer: One of the following or equal: 1. Watson -Marlow Pumps, Model 5301520REL Series as scheduled. B. Type: Simplex chemical proportioning pumps of the peristaltic tubing type. C. Features: 1. Replaceable tubing element design. 2. Fixed track providing 180 degrees of contact with tubing. 3. Guard door of a removable or hinged, breakaway design that provides a clear window for viewing rotor rotation. Guard door shall be tool-unlockable, and seal against the track or housing to contain leakage from tubing failure for direction to a waste port. October 2016 11245-4 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1O/Specificabonsl11245 (FS) Addendum No. 1 Attachment No. 8 Page 4 of 11 6730F10 4. Rotor assembly having a minimum of 2 equally spaced, spring-loaded roller arms that provide complete occlusion through a swept track angle of 180 degrees. Compression rollers shall provide gradual occlusion of the tubing and compensate for tubing dimensional tolerance. Tubing shall be fully compressed at all times by a minimum of 1 roller to prevent backflow. Spring tension shall be factory set for specified fluid and Manufacturer's recommended hose. Rotor shall include non -compressing follower rollers. 5. Other required features are a waste port for leak control and a system to detect tubing failure. Upon actuation, the leak detector shall STOP the pump, light a locally visible LED and sound a remote alarm. Leak detection outside of the pump housing is not acceptable. 6. Replaceable tubing elements shall have molded fittings, be self -locating when fitted into the pumphead, and be held in place on the suction and discharge by the element fittings. Tubing shall be replaceable without the use of tools and without disassembly of the pumphead. Materials: 1. Housing: Fluoropolymer powder coated cast aluminum or cast aluminum alloy. 2. Track: Polyphenylene sulfide (PPS). 3. Guard door: Impact -resistant polycarbonate. 4. Rotor: Polyphenylene sulfide (PPS). 5. Springs: helical, stainless steel. 6. Compression rollers/shoes: Type 316 stainless steel. 7. Bearings: Stainless steel. 8. Shafts: Type 316 stainless steel. 9. Seals: PTFE. 10. Guide rollers: 316 stainless steel. 11. Iron or carbon steel components are not acceptable for contact with hydrofluosilicic acid. E. Accessories: Pumps shall be equipped with: 1. Calibration column in suction piping. 2. Pressure relief valve in discharge piping. 3. Isolation valves and bypass valves F. Source quality control: 1. Tests and inspections: a. As specified in Section 15050. b. As scheduled in this section. 2.03 DRIVE A. Rating: Continuous 24 hour operation, 40 degrees Celsius ambient. B. Supply: 110-120 volt, 60 Hertz, 1 phase. Supply mains power cord at least 9 feet in length with standard 115 volt 3 -prong plug. C. Max drive power consumption: 135VA. D. Enclosure: NEMA 4X October 2016 11245-5 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1WSpecificabons111245 (FS) Addendum No. 1 Attachment No. 8 Page 5 of 11 6730F10 E. Housing: Cast aluminum or cast aluminum alloy with pre-treatment and exterior grade corrosion resistant polyester powder coat. By nature of the environmental conditions, unpainted housings, including Type 316 stainless steel, are not acceptable. F. Pumps must meet the following minimum requirements for operator interface functionality: 1. Backlit graphical LCD capable of up to four lines of text with up to 16 characters per line to display pump speed, running status, flow rate, and programming instructions. 2. Keypad for start, stop, speed increment, speed decrement, forward/reverse direction, rapid prime, and programming. 3. Menu driven on screen programming of manual or auto control, flow and remote signal calibration, and general programming. 4. Programmable "Auto Restart" feature to resume pump status in the event of power outage interruption. 5. Programmable "Keypad Lock" to allow operator lockout of all keys except emergency start/stop. 6. Programmable "Maximum Speed" to allow operator to set the maximum speed of the pump within 0.2-220 revolutions per minute (rpm). G. Remote control inputs: 1. Speed control: a. Primary analog 4-20 mA or 0-10 VDC speed input, with input signal trimmable and speed scaleable over any part of the drive speed range. b. Secondary analog 4-20 mA or 0-10 VDC scaling input, with input signal trimmable and programmable scaling factor. c. Provisions for alternative remote accessory potentiometer (if supplied by others) for primary speed control or secondary speed scaling. 1) Start/Stop control: Via 5V TTL, 24V industrial logic or dry contact, configurable command sense allowing open to equal run or open to equal stopped. 2) Forward/Reverse control: Via 5V TTL, 24V industrial logic or dry contact. 3) Auto/Manual mode control: VIA 5V TTL, 24V industrial logic or dry contact. 4) Support RS485 data protocol. 5) Termination: Supply screw down terminals suitable for up to18 AWG field wire and accessible through glanded cable entry points on the pump. Status outputs: 1. Up to 6 relay contacts rated 2A at 120 VAC, NO or NC, software configurable for the following: a. RUN status. b. FORWARD/REVERSE status. c. AUTO/MANUAL status. d. DRIVE FAIL status. e. TUBE LEAK status. f. HIGH PRESSURE. g. HIGH LEVEL. h. HIGH MOTOR TEMPERATURE. October 2016 11245-6 pvwliCarollolDocunents/CIienfIDUCorpus Chr 673DF1O/Specificabonsl11245 (FS) Addendum No. 1 Attachment No. 8 Page 6 of 11 6730F10 2. Speed output: Analog 4-20 mA or 0-10 VDC. I. Drive motor: 1. Brushless DC motor with integral gearbox and tachometer feedback. 2. Speed Control Range of 2200:1 from 0.1 to 220 rpm within 0.1 rpm throughout the range. 3. Horsepower to meet continuous duty at maximum pump speed and pressure requirements. 4. Closed loop microprocessor controlled drive with pulse width modulation at speeds above 35 rpm and synchronous mode with magnetic field rotation control below 35 rpm. 5. Circuitry complete with temperature and load compensation and protection. 6. Mounting: Drive shall be self-supporting and shall not require anchoring. 2.04 INSTRUMENTATION AND CONTROLS A. The metering pump skid MANUFACTURER/supplier shall provide one local Vendor Control Panel (VCP) for each skid. and send the pump status signals back to the SCADA system. This control panel will be mounted next to the Hose Transfer Pumps as shown on the Drawings. B. Vendor Control Panel shall include the following items: 1. Components: a. Provide all components in accordance with Section 17710. b. VCP shall have provisions for communication with the plant SCADA system via Ethernet. 2. Enclosure: 1) NEMA 4X — rating in conformance with Sections 16050 and 17710. 3. The control panel shall be UL approved and labeled. 4. Control Devices: a. Vendor Control Panel (VCP): 1) Provide LOCAL -OFF -REMOTE selector switch for the overall system. 2) Provide PUMP 1 -PUMP 2 selector switch for the skid. 3) Provide RUN pushbutton to start the selected pump. 4) Provide EMERGENCY STOP mushroom head pushbutton to stop the selected pump. 5) Provide the following indicators: a) Overall System Indicators: (1) White power on indicator (2) Green system run indicator (3) Amber system alarm indicator (4) Red Low Level alarm for the day tank (5) Red Minimum Day Tank Weight alarm interlocked to metering pump. (6) Red Solenoid Valve alarm interlocked to metering pumps. b) Metering Pumps (one for each). (1) Green run indicator. (2) Red fault indicator. October 2016 11245-7 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1WSpecificabons111245 (FS) Addendum No. 1 Attachment No. 8 Page 7of11 6730F10 5. Instrumentation: a. Scale to measure the Day Tank weight will be provided by the contractor. The signal must be hardwired to the VCP. b. Level sensors for all chemical tanks hardwired to an audible alarm. 6. Metering Pump Operation: a. References: 1) 31 -PID -1706 b. Abstract: 1) Each chemical transfer skid has two metering pumps drawing liquid from the day tank. 2) Both metering pumps may be controlled locally at the VCP, as well as remotely through the SCADA system. 3) Only one metering pump per skid may operate at a time, designated by the selector switch on the VCP. 4) The Day Tank scale is hardwired to the VCP to prevent the selected pump from operating if the scale reaches a minimum set threshold. c. Hardwired Control: 1) With the system LOR switch in LOCAL: a) The meter pumps can be selected and turned on and off through the VCP. b) The pump speed is set and controlled on the pump itself, independent of the VCP. 2) With the system LOR switch in REMOTE: a) The overall system is controlled by SCADA. d. Hardwired interlocks 1) The entire skid is stopped and prohibited from running if: a) The emergency stop pushbutton is activated. b) The scale sensor for the Day Tank drops below a set threshold. c) The solenoid valve controlling carrier water is closed. e. VCP PLC Control: (1) None f. Software Interlocks: 1) None g. SCADA control: 1) Refer to Section 17101. 2.05 ACCESSORIES A. Pump panels: 1. Supply two FRP panel enclosures with valves, piping, and appurtenances for two pumps in each panel, as shown on the Drawings. Each panel shall have a closable front cover. B. Calibration columns: 1. Furnish and install calibration columns, 1 for each pump, on the inlet line as specified in this Section. The column shall be translucent and graduated for chemical pump calibration operations. Provide a top cap threaded connection with vent to prevent entry of foreign materials and to direct spillage or overflow. 2. Materials shall be compatible with the associated chemical and concentration and suitable for outdoor use and exposure. 3. End connection: Threaded. 4. Capacity as scheduled in this Section. October 2016 11245-8 pvwliCarollolDocunents/CIienfIDUCorpus Chr 673DF10/Specificabonsl11245 (FS) Addendum No. 1 Attachment No. 8 Page 8 of 11 6734F10 Pressure relief valves: 1. Manufacturers: Asahi, Griffco Valve Inc., ChemLine Plastics, or equal. 2. Materials: a. Lower body, seat, ball guide, and ball: CPVC. b. Diaphragm: PTFE faced EPDM. c. Seat gasket: Viton. d. Adjusting bolt, locknut, control spring, and fasteners: Stainless steel. e. End connections: Flanged or socket weld. 3. In-line design, size as required by this Section. Valves shall be suitable for the service flow and pressure specified in this Section. 4. The pump supplier shall provide all pressure relief valves associated with the chemical system. 5. Set pressures shall be factory set at the levels scheduled in this Section. Valve settings shall be externally adjustable from 0 to 75 pounds per square inch. 6. Provide 3 -port configuration for all pressure relief valves where piping back to a tank or connection to drain piping is indicated on the Drawings. D. Additional accessories: 1. Additional accessories to be supplied by the pump supplier include: a. Diaphragm seals: 1) Materials shall be compatible with the pumped liquid at the specified concentration and suitable for outdoor use and exposure. 2) Shutoff valve shall be provided. b. Pressure switches. c. Pressure gauges. d. Isolation valves. 2.06 NAMEPLATES A. Each pump shall have, securely affixed in a conspicuous location, a stainless steel nameplate with raised letters providing the manufacturer's model, serial number, rating, range, speed and other pertinent data. PART 3 EXECUTION 3.01 INSTALLATION A. Installation shall be as indicated on the Drawings, in accordance with written instructions of the manufacturer, and as specified in Section 15050. 3.02 COMMISSIONING A. As in this Section. October 2016 11245-9 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1WSpecificabons111245 (FS) Addendum No. 1 Attachment No. 8 Page 9 of 11 6730F10 B. Manufacturer services: C. Source Testing: 1. Pump: a. Performance test: Test level as scheduled; test as specified in Section 15958. D. Functional Testing: 1. Pump assembly: a. Performance test: Test level as scheduled; test as specified in Section 15958. 3.03 SCHEDULES A. Pumps: Tag Number Manufacturer Rep Onsite Source Testing (Witnessed or Non- witnessed) Training Requirements Installation Testing Functional Testing Process Operational Period Maintenance (hrs per session) Operation (hrs per session) Trips Days (each trip) Trips Days (each trip) Trips Days (each trip) Witnessed 4 2 1 1 1 1 24 hour on- call C. Source Testing: 1. Pump: a. Performance test: Test level as scheduled; test as specified in Section 15958. D. Functional Testing: 1. Pump assembly: a. Performance test: Test level as scheduled; test as specified in Section 15958. 3.03 SCHEDULES A. Pumps: Tag Number 31-P-1715A/B, 31-P-1716A/B Feed Point Filters 1-12 Effluent, Filters 13-22 Effluent Service Hydrofluosilicic Acid, 23% Pump Type Peristaltic Tubing Number of Pumps 4 1st Named Manufacturer's Model 530DuN1520REL Torsional Analysis Not Required Pump Characteristics Maximum Flow, (gallons per hour) 20 Minimum Flow, (gallons per hour) 0.02 Normal Flow, (gallons per hour) 6.5 Pump rpm 0.1 - 220 Maximum Discharge Pressure (psi) 30 Minimum Suction Lift (feet) 10 Relief Valve Setting (prig) 45 October 2016 11245-10 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1O/Specificabonsl11245 (FS) Addendum No. 1 Attachment No. 8 Page 10 of 11 6730F10 Tag Number Service 31-P-1715A/B, 31-P-1716A/B Graduation Scale (ml) Pump Materials Pump Housing/Enclosure 1,000 Cast Aluminum Alloy Tubing HFS Gore Style 400 Tube Element Rotor HFS-CAL-03 Polyphenylene Sulfide Pump Connections 100 Quick -release PVDF HFS Driver Characteristics Driver Type PWM type DC gear motor with integral controls Voltage/Phases/Hertz 110-120 volt, 60 Hertz, 1 phase NEMA Enclosure Type NEMA 4X Source Testin• Test Witnessing Not Witnessed Performance Test level 1 Functional Testing Performance Test level 1 B. Calibration columns: Tag Number Service Graduation Volume (ml)' Graduation Scale (ml) HFS-CAL-01 HFS 1,000 100 HFS-CAL-02 HFS 1,000 100 HFS-CAL-03 HFS 1,000 100 HFS-CAL-04 HFS 1,000 100 1. The volume of the calibration column should equal 100 percent of the volume delivered by the pump at maximum capacity for a period of 30 seconds. C. Pressure relief valves: Tag Number Service Spring Range Relief Pressure (factory setting) HFS-PRV-01 HFS 0-75 psig 45 psig HFS-PRV-02 HFS 0-75 psig 45 psig HFS-PRV-03 HFS 0-75 psig 45 psig HFS-PRV-04 HFS 0-75 psig 45 psig END OF SECTION October 2016 11245-11 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1WSpecificabons111245 (FS) Addendum No. 1 Attachment No. 8 Page 11 of 11 6730F10 ATTACHMENT 9 SECTION 13208 POLYETHYLENE TANKS PART 1 GENERAL 1.01 SUMMARY A. Section includes: Type 1 polyethylene storage tanks. Type 1 tank shall be made from crosslinked polyethylene resin. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not Intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 01612 - Seismic Design Criteria. b. Section 01614 - Wind Design Criteria. c. Section 09960 - High -Performance Coatings. 1.02 REFERENCES A. American Society for Mechanical Engineers (ASME): 1. B16.4 - Gray Iron Threaded Fittings. 2. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through 24. B. ASTM International (ASTM): 1. ❑ 638 - Standard Test Method for Tensile Properties of Plastics. 2. ❑ 790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 3. D 1505 - Standard Test Method for Density of Plastics by the Density -Gradient Technique. 4. D 1525 - Standard Test Method for Vicat Softening Temperature of Plastics. 5. D 1693 - Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics. 6. D 1998 - Standard Specification for Polyethylene Upright Storage Tanks. 7. D 2837 - Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials or Pressure Design Basis for Thermoplastic Pipe Products. C. National Fire Protection Association (NFPA): 1. 30 - Flammable and Combustible Liquid Code. D. National Electrical Manufacturer's Association (NEMA). October 2016 13208-1 pwllCarolloIDocunents/Client/TYJCorpus Christil8730F10ISpecifieations113208 (FS) Addendum No. 1 Attachment No. 9 Page 1 of 9 6730F10 E. Occupational Safety and Health Administration (OSHA): 1. 29 CRF Part 1910 - Occupational Safety and Health Standards. 1.03 DESIGN CRITERIA A. Tanks: As scheduled. B. Tank wall thickness: Calculated in accordance with ASTM D 1998 using design specific gravity as scheduled. Note that design specific gravity may be higher than specific gravity of tank contents. Design requirements: 1. The minimum required wall thickness of the cylindrical shell at any fluid level shall be determined by the following equation, but shall not be less than 0.187 inches thick: T = P x G.D./2 SD = 0.433 x S.G. x H x O.D.f2 SD T = wall thickness, in. SD = hydrostatic design stress, psi P = pressure (.433 x S.G. x H), psi H = fluid head, ft. S.G. = specific gravity, g/cmA3 O.D. = outside diameter, in. D. The hydrostatic design stress shall be determined by multiplying the hydrostatic design basis, determined by ASTM D 2837 using rotationally molded samples, with a service factor selected for the application. 1. The hydrostatic design stress is 600 pounds per square inch at 73 degrees Fahrenheit for Type I materials. 2. The tank shall have a stratiform (tapered wall thickness) wall. E. The hydrostatic design stress shall be derated for service above 100 degrees Fahrenheit and for mechanical loading of the tank. F. The minimum design specific gravity shall be 1.4. G. The minimum required wall thickness for the cylinder straight shell must be sufficient to support its own weight in an upright position without any external support. 1. Flat areas shall be provided to allow locating large fittings on the cylinder straight shell. H. The top head must be integrally molded with the cylinder shell. 1. The minimum thickness of the top head shall be equal to the top of the straight wall. 2. The top head of tanks with 2,000 or more gallons of capacity shall be designed to provide a minimum of 1,300 square inches of flat area for fitting locations. Tanks with 2,000 or more gallons of capacity shall have a minimum of 3 lifting lugs integrally molded into the top head. 1. The lifting lugs shall be designed to allow erection of an empty tank. October 2016 13208-2 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecifications/132O8 (FS) Addendum No. 1 Attachment No. 9 Page 2 of 9 6730F10 J. The tank shall be designed to provide a minimum of 4 tie -down lugs integrally molded into the top head. 1. The tie -down lugs shall be designed to allow tank retention in wind and seismic loading situations without tank damage. K. Tank shell thickness: 1. In accordance with ASTM D 1998, Section 6.1. 2. Design tank wall thickness for liquid with specific gravity as specified. 3. Provide adequate thickness at all fittings and connection points for mounting of fittings to the tank without damage to the tank or causing excessive deflection. 4. Maximum allowable hoop stress used in tank wall thickness calculations per ASTM D 1998 shall be based on test data in accordance with ASTM D 2837. L. Restraint system: 1. Seismic load restraint system: a. Seismic design criteria: As specified in Section 01612. b. Consist of continuous concrete curb around the perimeter of the tank. c. Provide drainage ports along the curb. 2. Wind load restraint system: a. Wind design criteria: As specified in Section 01614. b. If the wind load restraint system includes the use of cables, tensioning and adjustment devices, such as turnbuckles, shall be used to allow for easy adjustment of the cables at the time of construction and as required in the future. c. The tank shall be designed to provide a minimum of 4 tie -down lugs integrally molded into the top head. 1) The tie -down lugs shall be designed to allow tank retention in wind and seismic loading situations without tank damage. d. The tie down system shall be designed to withstand wind loads specified in Section 01614. 1) Tie down systems must meet seismic zone requirements per IBC code. 2) Any anchor bolts shall be provided by the customer per the instructions and the base plates for the system. 1.04 SUBMITTALS A. Fabrication drawings for each tank including: 1. Dimensions. 2. Tank wall thickness. 3. Materials of construction. 4. Tank fittings. 5. Tank appurtenances. 6. Tank restraint system. 7. Tank resin and hoop stress data. Chemical compatibility sheet to include: 1. Chemical to be stored. 2. Percentage of chemical. 3. Temperature of chemical. October 2016 13208-3 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1WSpecificabons113208 (FS) Addendum No. 1 Attachment No. 9 Page 3of9 6730F10 C. Engineering design calculations of restraint and anchoring system signed by a civil or structural engineer registered in the state of Texas. D. Installation instructions. E. Warranty. F. Certification to certify that each tank is suitable for the specified chemical service, no degradation within warranty period, including tank fittings and gasket material. G. Proof of qualification: Provide lists of installation and contact information with same type of application and chemical used. H. Color charts for proposed coating systems. 1.05 WARRANTY A. Manufacturer warranty against defects: 1. Tank: 5 years full warranty. Prorated warranties are not acceptable. 2. Heat tracing system if scheduled: 10 years. 1.06 QUALITY ASSURANCE A. Qualification of manufacturer: Manufacturer with experienced personnel, physical facilities, and management capacity sufficient to produce custom-made rotationally molded polyethylene tanks of the size, exposure, and chemical services specified for minimum 5 years with satisfactory performance record. PART2 PRODUCTS 2.01 SCOPE OF SUPPLIES A. Provide all materials, labor, equipment, and hardware to provide all polyethylene storage tanks with specified fittings and accessories, seismic and wind load restraint systems, anchor bolts, and flange flexible connectors for complete installation in the positions and orientations indicated on the Drawings. 2.02 MANUFACTURERS A. One of the following or equal: 1. Poly Processing Company. 2. Snyder Industries Incorporated. 3. Assmann Corporation 2.03 TANK MATERIALS A. Type 1 high-density crosslinked polyethylene (XLPE). B. Resin: 1. Manufacturers: One of the following or equal: a. PAXON, grade 7204 resin for crosslinkable polyethylene. October 2016 13208-4 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecifications/132O8 (FS) Addendum No. 1 Attachment No. 9 Page 4 of 9 6730F10 C. The material used shall be virgin polyethylene resin as compounded and certified by the manufacturer. 1. Type 1 tanks shall be made from crosslinked polyethylene resin as manufactured by ExxonMobil Chemical, or resin of equal physical and chemical properties. 2. Resin choice would be based on the specific application, chemical to be stored and concentration. D. Ultra violet stabilizer: 1. The polyethylene resin material shall contain a minimum of a UV 8 stabilizer as compounded by the resin manufacturer. 2. Pigments may be added but shall not exceed 0.25 percent (dry blended) of the total weight. E. Free of holes, blisters, crazing, cracking, delamination, undispersed raw materials, and any sign of contamination from foreign matter. 1. The finished tank wail shall be free of visual defects such as foreign inclusions, air bubbles, pinholes, pimples, crazing, cracking, and delaminations. 2. All cut edges where openings are cut into the tanks shall be trimmed smooth. F. Resin shall meet or exceed the following properties: 1. Mechanical Properties of Type 1 of Tank Material: Current XLPE Resin: Property ASTM Value Density (Resin) D 1505 0.938-0.946 g/cc Tensile (Yield Stress 2"/min) D 638 3,000 psi Elongation at Break (2"/min.} D 638 >300% ESCR (100% Igepal, Cond. A, F50) D 1693 >1000 hours ESCR (10% Igepal, Cond. A, F50) D 1693 >1000 hours Vicat Softening Temperature, D 1525 250 Flexural Modulus D 790 100,000 psi G. Gel test: 1. Inner portion of tank wall: a. Not less than 65 percent. b. ASTM D 1998 requirements. 2. Entire wall thickness: Not less than 80 percent. H. Restraint system: 1. Metal components, include anchor bolts: a. Type 304 stainless steel. b. The anchor bolts shall be supplied by the tank manufacturer. c. The drawings and calculations for the seismic system shall be submitted for review. 2. Concrete anchors or flush shells shall not be used. October 2016 13208-5 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1WSpecificabons113208 (FS) Addendum No. 1 Attachment No. 9 Page 5 of 9 6730F10 2.04 FITTINGS A. Terminate in socket, threaded, or flanged connections: 1. Flanges: 150 pound ASME B 16.5. 2. Threaded connections: ASME B 16.4. B. Fittings at upper tank sidewall or top: 1. Compression threaded type, long shank, polyvinyl chloride flanged fittings with deep cut threads (not injection molded thread) and with dual wide nuts. 2. The bulkhead fittings shall be constructed of PVC, PP, or other specified material. 3. Gaskets shall be a minimum of 1/4 inch thickness and constructed of 40-50 durometer EPDM, 60-70 durometer Viton or other specified material. C. Fittings on tank top: 1. Bosses molded into the tank. 2. Fittings shall be vertical. 3. The top head shall be integrally molded with the cylinder shell. 4. The minimum thickness of the top head shall be equal to the top of the straight wall. 5. The top head of tanks with 2,000 or more gallons of capacity shall be designed to provide a minimum of 1,300 square inches of flat area for fitting locations. D. Flanged outlet drain fitting in the lower tank sidewall: Integrally molded into the bottom knuckle of the tank to allow full drainage of tank contents. E. Fittings and appurtenances for each tank: 1. One minimum 2 inch flanged inlet nozzle entering the tank in the top near the wall. 2. One minimum 2 inch flanged outlet/drain nozzle, integrally molded with tank wall. 3. One 4 inch flanged overflow nozzle. 4. One 4 inch flanged roof nozzle for mounting of tank level sensor. 5. One 4 inch flanged roof nozzle for mounting of tank level gauge. 6. One 4 inch flanged roof vent. 7. One 24 inch flanged type or molded screw type manway lid on top of the tank. a. Manway shall be sealed and shall be constructed of the same material as tank. b. The bolts shall be stainless steel. c. The gaskets shall be per tank manufacturer recommendation for the chemical stored. 2.05 ACCESSORIES A. Ladder and platform: 1. Provide a galvanized steel ladder and landing platform for each storage tank for access to the top manway. 2. In accordance with OSHA standards. 3. Provide handrail around the platform. 4. Steel components: Hot -dip galvanized after fabrication. 5. Fasteners: Type 304 stainless steel. 6. Anchor bolts: Type 304 stainless steel. October 2016 13208-6 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecifications/132O8 (FS) Addendum No. 1 Attachment No. 9 Page 6 of 9 6730F10 7. Secure ladder to the tank using special stainless steel or Hastalloy bolts with polyethylene encapsulated heads. 8. Support ladder directly on the concrete foundation and from the tank wall. B. Level gauge: 1. Provide each bulk storage tank (TNK-001 and TNK-002) with: a. Tank shall include a float -operated tube -style tank level indicator. Float, rope, and pulleys must be compatible with hydrofluosilicic acid. b. Level gauge shall be "reverse float type" made of 2 inch polyvinyl chloride or PVDF stilling well tube. c. Float. d. Polypropylene rope. e. Clear polyvinyl chloride sight tube. f. The following Manufacturer or equal: 1) Tank Products Inc. 2. Materials: Suitable for the specified chemical service for the individual tanks. 3. Tank level staff gauge: a. Resistant to abrasion and corrosion. b. Mounted on the tank adjacent to the indicator. c. Calibrated in nominal 500 gallon increments. C. Tank vents: 1. Each tank shall be properly vented for the type of material and flow rates expected. 2. Vents must comply with OSHA Part 1910 normal venting for atmospheric tanks or other accepted standard, or shall be as large as the filling or withdrawal connection, whichever is larger but in no case less than 2 inches nominal inside diameter with screening. 2.06 TANK FABRICATION A. Rotationally molded construction in accordance with ASTM D 1998. B. Provide for each tank the following shop finishing: 1. Shipping label identifying: a. Tank tag number. b. Chemical service. 2. Coating: a. Coat each tank and appurtenances after installation as specified in Section 09960. b. Color: Selected by the Engineer. 3. Permanent labels: a. Identification label. b. NFPA label specifically coded for the tank contents in accordance with NFPA 30. c. Paint or affix label onto the tank wall to be clearly visible from outside the tank enclosure. 2.07 TESTING A. Each tank shall be leak tested by the manufacturer prior to shipment by filling with clean water for a period of at least 4 hours with all fittings installed and blinded. 1. There shall be no measurable drop in liquid surface. October 2016 13208-7 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1WSpecificabons113208 (FS) Addendum No. 1 Attachment No. 9 Page 7 of 9 6730F10 2. Any leaks shall be noted and repaired and the tank shall be re -tested for an additional 4 hours minimum. a. Reason for leak and method of repair shall be recorded and submitted to the Engineer. 3. Any defects or leaks that have not been adequately repaired will be cause for rejection of the tank. PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. Transportation, handling, storage of the tanks, and installation shall be in accordance with the manufacturer's printed instructions. 2. Repair any damage to tank components or the insulation due to transportation or installation. 3. Install piping to tank with sufficient flexibility to allow tank movement of 1 inch in any direction without damage to piping. B. All tank fitting attachments shall be equipped with flexible couplers or other movement provisions provided by the tank customer. 1. The tank will deflect based upon tank loading, chemical temperature and storage time duration. 2. Tank piping flexible couplers shall be designed to allow 4 percent design movement. 3. Movement shall be considered to occur both outward in tank radius and downward in fitting elevation from the neutral tank fitting placement. 3.02 FIELD QUALITY CONTROL A. Manufacturer's field service: 1. Inspect the installed tanks for proper installation. 2. Instruct Owner's personnel on operations and maintenance of the tanks. 3.03 SCHEDULE A. Tank schedule as follows: Tag Number 31 -TK -1713, 31 -TK -1714 31 -TK -1716 Service Hydrofluosilicic Acid (Fluoride), H2SiF6 at 23% solution Hydrofluosilicic Acid (Fluoride), H2SiF6 at 23% solution Chemical pH 1.2 1.2 Chemical Specific Gravity 1.223 1.223 Tank Design Specific Gravity 1.4 1.4 October 2016 13208-8 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecificatiors/132O8 (FS) Addendum No. 1 Attachment No. 9 Page 8 of 9 6730F10 Tag Number 31 -TK -1713, 31 -TK -1714 31 -TK -1716 Number of Tanks 2 1 Usable Capacity, each 5,400 gal 540 gal Type of Tank Double -Wall Cross -Linked Polyethylene (XLPE) Double -Wall Cross -Linked Polyethylene (XLPE) General Design Flat bottom, dished top Flat bottom, dished top Installation Vertical Vertical Inner Diameter (feet) 11 6 Operating Height (feet) 7.5 2.5 Inlet Nozzle Size (inches) 3 3 Outlet Nozzle Size (inches) 2 2 Drain Nozzle Size (inches) 3 3 Overflow Nozzle Size (inches) 3 3 Vent Nozzle Size (inches) 5 6 Roof Nozzle Size (Inches) 2 -inch nozzle for mounting ultrasonic level sensor 2 -inch nozzle for mounting ultrasonic level sensor Bottom Manway (inches) 24 24 Top Manway (inches) 24 24 Elevated Required Required Lifting Lugs Required Required Level Indicator Required Required Pipe and Conduit Supports Required Required END OF SECTION October 2016 13208-9 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1WSpecificabons113208 (FS) Addendum No. 1 Attachment No. 9 Page 9 of 9 6730F10 ATTACHMENT 10 SECTION 15050 COMMON WORK RESULTS FOR MECHANICAL EQUIPMENT PART 1 GENERAL 1.01 SUMMARY A. Section includes: Basic design and performance requirements for mechanical equipment. 1.02 REFERENCES A. American Gear Manufacturer's Association {ALMA} Standards: 1. 6001-E08 — Design and Selection of Components for Enclosed Gear Drives. B. American Bearing Manufactures Association (ABMA) Standards: 1. 9 - Load Ratings and Fatigue Life for Ball Bearings. 2. 11 - Load Ratings and Fatigue Life for Roller Bearings. C. American Petroleum Institute (API): 1. 682 - Shaft Sealing Systems for Centrifugal and Rotary Pumps. D. ASTM International (ASTM): 1. A36 - Standard Specification for Carbon Structural Steel. 2. A48 - Standard Specification for Gray Iron Castings. 3. A125 - Standard Specification for Steel Springs, Helical, Heat -Treated. 4. A153 - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 5. A193 - Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. 6. A194 - Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. 7. A320 - Standard Specification for Alloy -Steel and Stainless Steel Bolting for Low -Temperature Service. 8. A536 - Standard Specification for Ductile Iron Castings. 9. A653 - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 10. B61 - Standard Specification for Steam or Valve Bronze Castings. 11. B62 - Standard specification for Composition Bronze or Ounce Metal Castings. 12. B505 - Standard Specification for Copper Alloy Continuous Castings. 13. B584 - Standard Specification for Copper Alloy Sand Castings for General Applications. 14. F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 15. F594 - Standard Specification for Stainless Steel Nuts. 16. F2329 - Standard Specification for Zinc Coating, Hot -Dip, Requirements for Application to Carbon and Alloy Steel Bolts, Screws, Washers, Nuts, and Special Threaded Fasteners. October 2016 15050-1 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica s1T505D (FS) Addendum No. 1 Attachment No. 10 Page 1 of 17 6730F10 E. Food and Drug Administration (FDA). F. International Concrete Repair Institute (ICRI): 1. 310.2R - Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, Polymer Overlays, and Concrete Repair. G. Hydraulic Institute (HI). H. NSF International (NSF). 1.03 DEFINITIONS A. Special tools: Tools that have been specifically made for use on unit of equipment for assembly, disassembly, repair, or maintenance. B. Resonant frequency: That frequency at which a small driving force produces an ever -larger vibration if no dampening exists. C. Rotational frequency: The revolutions per unit of time usually expressed as revolutions per minute. D. Critical frequency: Same as resonant frequency for the rotating elements or the installed machine and base. E. Peak vibration velocity: The root mean square average of the peak velocity of the vibrational movement times the square root of 2 in inches per second. F. Rotational speed: Same as rotational frequency. G. Maximum excitation frequency: The excitation frequency with the highest vibration velocity of several excitation frequencies that are a function of the design of a particular machine. H. Critical speed: Same as critical frequency. I. Free field noise level: Noise measured without any reflective surfaces (an idealized situation); sound pressure levels at 3 feet from the source unless specified otherwise. J. Operating weight: The weight of unit plus weight of fluids or solids normally contained in unit during operation. 1.04 SYSTEM DESCRIPTION A. General: 1. Product requirements as specified in Section 01600. 2. Materials in contact with drinking water as specified in Section 01600. 3. Provisions specified under each technical equipment specification prevail over and supersede conflicting provisions as specified in this Section. 4. Provide equipment and parts that are suitable for stresses, which may occur during fabrication, transportation, erection, and operation. 5. Provide equipment that has not been in service prior to delivery, except as required by tests. October 2016 15050-2 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecificatiorsl15O50 (FS) Addendum No. 1 Attachment No. 10 Page 2 of 17 6730F10 6. Like parts of duplicate units are to be interchangeable. 7. When 2 or more units of equipment for the same purpose are required, provide products of same manufacturer. 8. Equipment manufacturer's responsibility extends to selection and mounting of gear drive units, motors or other prime movers, accessories, and auxiliaries required for proper operation. 9. When necessary, modify manufacturer's standard product to conform to specified requirements or requirements indicated on the Drawings and contained in Laws and Regulations. B. Material requirements: 1. Materials: Suitable for superior corrosion resistance and for services under conditions normally encountered in similar installations. 2. Dissimilar metals: Separate contacting surfaces with dielectric material. Power transmission systems: 1. Power transmission equipment: V -belts, sheaves, shaft couplings, chains, sprockets, mechanical variable -speed drives, variable frequency drives, gear reducers, open and enclosed gearing, clutches, brakes, intermediate shafting, intermediate bearings, and U -joints are to be rated for 24 hour -a -day continuous service or frequent stops -and -starts intermittent service, whichever is most severe, and sized with a minimum service factor of 1.5: a. Apply 1.5 service factor to nameplate horsepower and torque of prime source of power and not to actual equipment loading. b. Apply service factors higher than 1.5 when recommended for continuous 24 hour per day operation and shock loadings in accordance with AGMA 6001-E08, other applicable AGMA standards, or other applicable referenced standards. c. When manufacturer recommends service factor greater than 1.5, manufacturer's recommendation takes precedence. D. Vibration: 1. Resonant frequency: a. For single speed equipment, ensure there are no natural resonant frequencies within 25 percent above or below the operating rotational frequencies or multiples of the operating rotational frequencies that may be excited by the equipment design. b. For variable speed equipment, ensure there are no natural resonant frequencies within 25 percent above or below the range of operating frequencies. E. Equipment mounting and anchoring: 1. Mount equipment on cast iron or welded steel bases with structural steel support frames. a. Utilize continuous welds to seal seams and contact edges between steel members. b. Grind welds smooth. 2. Provide bases and supports with machined support pads, dowels for alignment of mating of adjacent items, adequate openings to facilitate grouting, and openings for electrical conduits. 3. Provide jacking screws in bases and supports for equipment weighing over 1,000 pounds. October 2016 15050-3 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica s1T505D (FS) Addendum No. 1 Attachment No. 10 Page 3 of 17 6730F10 4. Design equipment anchorage, supports, and connections for dead Toad, running loads, Toads during start-up, seismic load specified in Section 01612, and other Toads as required for proper operation of equipment. 5. Anchorage of equipment to concrete or masonry: a. Perform calculations and determine number, size, type, strength, and location of anchor bolts or other connections. b. Unless otherwise indicated on the Drawings, select and provide anchors from the types specified in Section 05190. c. Provide bolt sleeves around cast -in anchor bolts for heavy equipment. 1) Adjust bolts to final location and fill sleeve with polyurethane foam. 6. Anchorage of equipment to metal supports: Perform calculations and determine number, size, type, strength, and location of bolts used to connect equipment to metal supports. 7. Unless otherwise indicated on the Drawings, install equipment supported on concrete over non -shrink grout pads as specified in this Section. F. Seismic design: 1. Design equipment anchorage and related details for seismic design criteria as specified in Section 01612. 2. For equipment with operating weight of 400 pounds and greater that is supported 4 feet or less above the floor and all equipment that is supported higher than 4 feet above the floor, provide calculations for: a. The operating weight and location of the centroid of mass for the equipment. b. Forces and overturning moments. c. Shear and tension forces in equipment anchorages, supports, and connections. d. The design of equipment anchorage, supports, and connections based on calculated shear and tension forces. G. Equipment units weighing 50 pounds or more: Provide with lifting lugs or eyes to allow removal with hoist or other lifting device. 1.05 SUBMITTALS A. Product data: 1. For each item of equipment: a. Design features. b. Load capacities. c. Efficiency ratings. d. Material designations by UNS alloy number or ASTM Specification and Grade. e. Data needed to verify compliance with the Specifications. f. Catalog data. g. Name plate data. h. Clearly mark submittal information to show specific items, materials, and accessories or options being furnished. 2. Gear reduction units: a. Engineering information in accordance with applicable AGMA standards. b. Gear mesh frequencies. October 2016 15050-4 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecificatiorsl15O50 (FS) Addendum No. 1 Attachment No. 10 Page 4 of 17 6730F10 B. Shop drawings: 1. Drawings for equipment: a. Drawings that include outline drawings, cut -away drawings, parts lists, material specification lists, and other information required to substantiate that proposed equipment complies with specified requirements. 2. Outline drawings showing equipment, driver, driven equipment, pumps, seal, motor(s) or other specified drivers, variable frequency drive, shafting, U joints, couplings, drive arrangement, gears, base plate or support dimensions, anchor bolt sizes and locations, bearings, and other furnished components. 3. Installation instructions including leveling and alignment tolerances, grouting, lubrication requirements, and initial Installation Testing procedures. 4. Wiring, control schematics, control logic diagrams and ladder logic or similar for computer based controls. 5. Recommended or normal operating parameters such as temperatures and pressures. 6. Alarm and shutdown set points for all controls furnished. C. Calculations: 1. Calculations and other information to substantiate equipment base plates, supports, bolts, anchor bolts, and other connections meet minimum design strength requirements and seismic design criteria specified in Section 01612. 2. ABMA 9 or ABMA 11 L10 life for bearings calculation methods for drivers, pumps, gears, shafts, motors, and other driveline components with bearings. 3. Calculations and other information to substantiate that operating rotational frequencies meet the requirements of this Section. 4. Torsional analysis of power transmission systems: When torsional analysis specified in the equipment sections, provide: a. Sketch of system components identifying physical characteristics including mass, diameter, thickness, and stiffness. b. Results of analysis including first and second critical frequencies of system components and complete system. 5. Calculations shall be signed and stamped by a civil or structural engineer registered to practice in the state where the Project is located. D. Quality control submittals: 1. Source quality control reports and certified test data. 2. Submit factory test reports before shipment. 3. Certified static and dynamic balancing reports for rotating equipment. 4. Field quality control reports and test data. 5. Submit material test reports a specified in the equipment sections. E. Operation and maintenance manuals: 1. Submit prior to training of Owner's personnel. 2. Make available at project site complete copy of manuals for use by field personnel and Engineer during commissioning and process start-up of equipment. 3. Include manufacturer and model number of every bearing; include calculated ball pass frequencies of the installed equipment for both the inner and outer raceways. October 2016 15050-5 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica s1T505D (FS) Addendum No. 1 Attachment No. 10 Page 5 of 17 6730F10 1.06 QUALITY ASSURANCE A. Manufacturer's field service: 1. Furnish services of authorized representative specially trained in installation of equipment: a. Visit project site and perform tasks necessary to certify installation. 1.07 DELIVERY, STORAGE, AND HANDLING A. Packing and shipping: 1. Equipment: Pack in boxes, crates, or otherwise protect from damage and moisture, dust, or dirt during shipment, handling, and storage. 2. Bearings: Separately pack or otherwise suitably protect during transport. 3. Spare parts: Deliver in boxes labeled with contents, equipment to which spare parts belong, and name of Contractor. B. Storage: 1. Equipment having bearings: a. Store in enclosed facilities. b. Rotate units at least once per month or more often as recommended by the manufacturer to protect rotating elements and bearings. 2. Gear boxes: Oil filled or sprayed with rust preventive protective coating. C. Protection: 1. Equipment: Protect equipment from deleterious exposure. 2. Painted surfaces: Protect against impact, abrasion, discoloration, and other damage. 1.08 SEQUENCING AND SCHEDULING A. Equipment anchoring: Obtain anchoring material and templates or setting drawings from equipment manufacturers in adequate time for anchors to be cast -in-place when concrete is placed. B. Coordinate details of equipment with other related parts of the Work, including verification that structures, piping, wiring, and equipment components are compatible. Commissioning and process start-up submittals: 1. Perform general commissioning and process start-up and testing procedures after operation and maintenance manuals for equipment have been received and accepted. 2. Conduct functional testing of mechanical or electrical systems when each system is substantially complete and after general Installation testing procedures have been successfully completed. 1.09 MAINTENANCE A. Special tools: 1. When specified, provide special tools required for operation and maintenance. 2. Mark or tag and list such tools in maintenance and operations instructions. Describe use of each tool. October 2016 15050-6 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecificatiorsI15O5D (FS) Addendum No. 1 Attachment No. 10 Page 6 of 17 6730F10 B. Spare belts: 1. When spare belts are specified, furnish 1 spare belt for every different type and size of belt -driven unit: a. Where 2 or more belts are involved, furnish matched sets. b. Identify as to equipment, design, horsepower, speed, length, sheave size, and use. c. Package in boxes labeled with identification of contents. C. Spare parts: 1. Assume responsibility until turned over to Owner. 2. Store in enclosed facilities. 3. Furnish itemized list and match identification tag attached to every part. 4. List parts by generic title and identification number. 5. Furnish name, address, and telephone number of supplier and spare parts warehouse. PART 2 PRODUCTS 2.01 MATERIALS A. Materials in contact with drinking water as specified in Section 01600. B. Ferrous materials: 1. Steel for members used in fabrication of assemblies: ASTM A36. 2. Iron castings: ASTM A48, tough, close -grained gray iron, free from blowholes, flaws, and other imperfections. 3. Ductile iron castings: ASTM A536, Grade 65-45-12, free from flaws and imperfections. 4. Galvanized steel sheet: ASTM A653, minimum 0.0635 inch (16 gauge). 5. Expanded metal: ASTM A36, 13 gauge, 1/2 -inch flat pattern expanded metal. C. Nonferrous materials: 1. Stainless steel: Type 304 or 316 as specified. Provide L grade where welding required. 2. Bronze in contact with drinking water: Composition of not more than 2 percent aluminum nor more than 6 percent zinc; UNS Alloy C89833, C89520, or C92200 in accordance with ASTM B61, B62, B505, or B584, when not specified otherwise. D. Dielectric materials for separation of dissimilar metals: 1. Neoprene, bituminous impregnated felt, heavy bituminous coatings, nonmetallic separators or washers, or other materials. E. Non -shrink grout: As specified in Section 03600. 2.02 FASTENERS A. General: 1. Material: As specified in the individual specifications. 2. Where fasteners are specified to be galvanized, shall be galvanized in accordance with ASTM A153 or ASTM F2329. October 2016 15050-7 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica s1T505D (FS) Addendum No. 1 Attachment No. 10 Page 7 of 17 6730F10 B. Mechanical anchors: 1. As specified in Section 01612. Flange bolts: 1. As specified in Section 15052. D. Mechanical assembly fasteners: 1 Stainless steel: a. High Temperature Service or High Pressure Service. 1) Bolts: ASTM A193, Grade B8 (304 SST) or Grade B8M (316 SST), Class 1, heavy hex. 2) Nuts: ASTM A194, Grade 8, heavy hex. 3) Washers: Alloy group matching bolts and nuts. b. Low Temperature Service: 1) Bolts: ASTM A320, Grade B8 (304 SST) or Grade B8M (316 SST), Class 1, heavy hex. 2) Nuts: ASTM A194, Grade 8 (304 SST) or Grade B8M (316 SST), heavy hex. 3) Washers: Alloy group matching bolts and nuts. c. General service: 1) Bolts: ASTM F593, Alloy group 1 (304 SST) or Alloy group 2 (316 SST). 2) Nuts: ASTM F594, Alloy group 1 (304 SST) or Alloy group 2 (316 SST). 3) Washers: Alloy group matching bolts and nuts. 2. Carbon steel. 2.03 SHAFT COUPLINGS A. General: 1. Type and ratings: Provide nonlubricated type, designed for not less than 50,000 hours of operating life. 2. Sizes: Provide as recommended by manufacturer for specific application, considering horsepower, speed of rotation, and type of service. 3. Use: Use of couplings specified in this Section does not relieve Contractor of responsibility to provide precision alignment of driver -driven units as required by equipment manufacturer and alignment criteria specified elsewhere in this Section. B. Shaft couplings - close coupled: Shaft couplings for close coupled electric motor driven equipment 1/2 horsepower or larger and subject to sudden torque reversals or shock loading: 1. Manufacturers: One of the following or equal: a. T.B. Woods, Dura -Flex, L -Jaw C -Jaw or G -Jaw. b. Lovejoy, S -Flex. 2. Provide flexible couplings designed to accommodate angular misalignment, parallel misalignment, and end float. 3. Manufacture flexible component of coupling from synthetic rubber, or urethane. 4. Provide service factor of 2.5 for electric motor drives and 3.5 for engine drives. 5. Do not allow metal -to -metal contact between driver and driven equipment. October 2016 15050-8 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecificatiorsl15O50 (FS) Addendum No. 1 Attachment No. 10 Page 8 of 17 6730F10 6. Examples of loads where sudden torque reversals may be expected: a. Reciprocating pumps, blowers, and compressors. b. Conveyor belts. c. Reversing equipment. C. Shaft couplings - direct connected: Shaft couplings for direct connected electric motor driven equipment 1/2 horsepower or larger and subject to normal torque, non -reversing applications: 1. Manufacturers: One of the following or equal: a. Rexnord - Falk. b. T.B. Woods, Dura -Flex, Sure -Flex or Form -Flex. 2. Provide flexible couplings designed to accommodate shock loading, vibration, and shaft misalignment or offset. 3. Provide flexible connecting element of rubber and reinforcement fibers. 4. Connect stub shafts through collars or round flanges, firmly keyed to their shafts with neoprene cylinders held to individual flanges by through pins. D. Spacer couplings: Where cartridge type mechanical seals or non -split seals are specified, provide a spacer type coupling of sufficient length to remove the seal without disturbing the driver or driven equipment unless noted otherwise in the individual equipment specifications. E. Specialized couplings: Where requirements of equipment dictate specialized features, supply coupling recommended for service by manufacturer. 2.04 STUFFING BOX, SEAL CHAMBER, AND SHAFT SEALS A. General: 1. Unless otherwise noted in the equipment section, provide cartridge type, double mechanical shaft seals for pumps. 2. Provide a stuffing box large enough for a double mechanical seal. 3. Where packing is specified, provide stuffing box large enough to receive a double mechanical seal. 4. Provide seal or packing flush connections, (3/4 -inch size unless another size is indicated on the Drawings). 5. Provide and route leakage drain line to nearest equipment floor drain indicated on the Drawings. 6. For pumps with packing, design packing gland to allow adjustment and repacking without dismantling pump except to open up packing box. 7. Seal or packing flush requirements shall be in accordance with API Standard 682 requirements. Unless otherwise indicated, specified or required by the equipment and seal manufacturers, the following API flushing Plan arrangements shall be utilized as appropriate for the application: a. Single seal, clean water applications: Plan 11 (Discharge bypass to seal). b. Single seal, vertical pump applications: Plan 13 (Seal bypass to suction). c. Single seal, clean hot water (greater than 180 degrees Fahrenheit) applications: Plan 23 (Seal cooler and pumping ring). d. Single seal, solids, or contaminants containing water applications: Plan 32 (External seal water- see Carollo typical detail # M262). e. Double seal applications: Plan 54 (External seal water- see Carollo typical detail # M262). October 2016 15050-9 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica s1T505D (FS) Addendum No. 1 Attachment No. 10 Page 9 of 17 6730F10 B. Packing: When specified in the equipment section of the specifications, provide the following type of packing: 1 Wastewater, water, and sludge applications: a. Asbestos free. b. PTFE (Teflon) free. c. Braided graphite. d. Manufacturers: One of the following or equal: 1) Chesterton, 1400. 2) John Crane Inc., equivalent product. 2. Drinking water service: a. Approved by the FDA. b. As specified in Section 01600. c. Asbestos free. d. Material: Braided PTFE (Teflon). e. Manufacturers: One of the following or equal: 1) Chesterton, 1725. 2) John Crane, Inc., equivalent product. C. Mechanical seals: Provide seal types specified in the equipment sections and as specified. 1. Provide seal types meeting the following requirements: a. Balanced hydraulically. b. Spring: Stationary, out of pumping fluid, Hastelloy C; Type Elgiloy or 17-7 PH stainless steel for split seals. c. 0 -ring: Viton 747. d. Gland: Type 316L stainless steel. e. Set screws: Type 316L stainless steel. f. Faces: Reaction bonded, Silicon Carbide. g. Seal designed to withstand 300 pounds per square inch gauge minimum differential pressures in either direction; no requirement for seal buffer pressure to be maintained when pump is not operational even though process suction head may be present in pump. 2. Cartridge type single mechanical: Manufacturers: One of the following or equal: a. Chesterton, 310. b. John Crane, 5610 Series. 3. Cartridge type double mechanical: Manufacturers: One of the following or equal: a. Chesterton, S20. b. John Crane, 5620 Series. 4. Split face single mechanical: Manufacturers: One of the following or equal: a. Chesterton, 442. b. John Crane, 3740. 5. Cartridge type flushless mechanical: Manufacturers: One of the following or equal: a. Chesterton, 156. b. John Crane, 5870. October 2016 15050-10 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecificatiorsI15O5D (FS) Addendum No. 1 Attachment No. 10 Page 10 of 17 6730F10 2.05 GEAR REDUCTION UNITS A. Type: Helical or herringbone, unless otherwise specified. B. Design: 1. Made of alloys treated for hardness and for severe service. 2. AGMA Class II service: a. Use more severe service condition when such is recommended by unit's manufacturer. 3. Cast iron housing with gears running in oil. 4. Anti -friction bearings. 5. Thermal horsepower rating based on maximum horsepower rating of prime mover not actual load. 6. Manufactured in accordance with applicable AGMA standards. C. Planetary gear units are not to be used. 2.06 BELT DRIVES A. Sheaves: 1. Separately mounted on bushings by means of at least 3 pull-up bolts or cap tightening screws. 2. When 2 sheave sizes are specified, provide separate belts sized for each set of sheaves. 3. Statically balanced for all; dynamically balanced for sheaves that operates at peripheral speed of more than 5,500 feet per minute. 4. Key bushings to drive shaft. B. Belts: Anti -static type when explosion -proof equipment or environment is specified. C. Manufacturers: One of the following or equal: 1. Dodge, Dyna -V belts with matching Dyna -V sheaves and Taper -Lock bushings. 2. T.B. Wood's, Ultra -V belts with matching Sure -Grip sheaves and Sure -Grip bushings. 2.07 BEARINGS A. Type: Oil or grease lubricated, ball or roller antifriction type, of standard manufacture. B. Oil lubricated bearings: Provide either pressure lubricating system or separate oil reservoir splash type system: 1. Size oil lubrication systems to safely absorb heat energy generated in bearings when equipment is operating under normal conditions and with the temperature 15 degree Fahrenheit above the maximum design temperature. 2. Provide an external oil cooler when required to satisfy the specified operating conditions. a. Provide air cooled system if a water-cooling source is not indicated on the Drawings. b. Equip oil cooler with a filler pipe and external level gauge. October 2016 15050-11 pwllCarolloIDocunents/Client/T)(ICorpus Christil8730F10ISpecifieations115050 (FS) Addendum No. 1 Attachment No. 10 Page 11 of 17 6730F10 C. Grease lubricated bearings, except those specified to be factory sealed: Fit with easily accessible grease supply, flush, drain, and relief fittings. 1. Lubrication lines and fittings: a. Lines: Minimum 114 -inch diameter stainless steel tubing. b. Multiple fitting assemblies: Mount fittings together in easily accessible location. c. Use standard hydraulic type grease supply fittings: 1) Manufacturers: One of the following or equal: a) Alenite. b) Zerk. D. Ratings: Rated in accordance with ABMA 9 or ABMA 11 L10 life for bearings rating life of not less than 50,000 hours: 1. Higher ratings, when specified in other Sections, supersede preceding requirement. 2.08 SAFETY GUARDS A. Drive assemblies: Enclose sprockets, belts, drive chains, gearings, couplings, and other moving parts on drive assemblies in safety enclosures that are in compliance with applicable Laws and Regulations. B. Shafts: Provide guards that protect personnel from rotating shafts or components within 7.5 feet of floors or operating platforms. C. Hot surfaces: Insulate all surfaces with normal operating temperatures above 120 degrees Fahrenheit when surface is within 7.5 feet height from any operating floor or level; insulation thickness such that temperature is below 120 degrees Fahrenheit; cover insulation with moisture -proof protective jacket; insulation Type 3 and cover Type 5 as specified in Section 15082. D. Guard requirements: 1. Allow visual inspection of moving parts without removal. 2. Allow access to lubrication fittings. 3. Prevent entrance of rain or dripping water for outdoor locations. 4. Size belt and sheave guards to allow for installation of sheaves 15 percent larger and addition of 1 belt. E. Materials: 1. Sheet metal: Carbon steel, 12 gauge minimum thickness, hot -dip galvanized after fabrication. 2. Fasteners: Type 304 stainless steel. 3. 2.09 WARNING SIGNS A. Provide for equipment that starts automatically or remotely. B. Material and size: Metal as specified in Section 10400. C. Colors: Black lettering on yellow background. D. Text: As specified in Section 10400. October 2016 15050-12 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecificatiorsIl5O5D (FS) Addendum No. 1 Attachment No. 10 Page 12 of 17 6730F10 2.10 FABRICATION A. Nameplates: 1. Engraved or stamped on Type 304 stainless steel and fastened to equipment at factory in an accessible and visible location. 2. Indicate following information as applicable: a. Manufacturer's name. b. Equipment model number and serial number. c. Maximum and Normal rotating speed. d. Horsepower. e. Rated capacity. f. Service class per applicable standards. 3. Nameplates for pumps: Include: a. Rated total dynamic head in feet of fluid. b. Rated flow in gallons per minute. c. Impeller, gear, screw, diaphragm, or piston size. 4. Gear reduction units: Include: a. AGMA Class of service. b. Service factor. c. Input and output speeds. Bolt holes in equipment support frames: 1. Do not exceed bolt diameter by more than 25 percent, up to limiting maximum diameter oversize of 1/4 inch. C. Shop finishing: 1. Provide factory and field coating as specified in Section 09960. a. Finish painting of motors: Shop finish paint with manufacturer's standard coating, unless otherwise specified in Section 09960. 2.11 SOURCE QUALITY CONTROL A. As specified in the individual equipment sections of the Specifications. PART 3 EXECUTION 3.01 EXAMINATION A. Inspect all components for shipping damage, conformance to specifications, and proper torques and tightness of fasteners. 3.02 PREPARATION A. Metal work embedded in concrete: 1. Accurately place and hold in correct position while concrete is being placed. 2. Clean surface of metal in contact with concrete immediately before concrete is placed. B. Concrete surfaces designated to receive non -shrink grout: 1. Heavy sandblast concrete surface in contact with non -shrink grout. 2. Clean concrete surfaces of sandblasting sand, grease, oil, dirt, and other foreign material that may reduce bond to non -shrink grout. October 2016 15050-13 pwllCardlolDocmrentsIClientnICorpus Chr v`673DF1WSpedfica s11505D (FS) Addendum No. 1 Attachment No. 10 Page 13 of 17 6730F10 3. Saturate concrete with water. Concrete shall be saturated surtace damp at time non -shrink grout is placed. C. Field measurements: 1. Prior to fabrication of equipment, take measurements for installation of equipment and verify dimensions indicated on the Drawings. 2. Ensure equipment and ancillary appurtenances fit within available space. 3.03 INSTALLATION A. Install equipment in accordance with manufacturer's installation instructions and recommendations. B. Lubrication lines and fittings: 1. Lines from fittings to point of use: Support and protect. 2. Fittings: a. Bring fittings to outside of equipment in manner such that they are readily accessible from outside without necessity of removing covers, plates, housings, or guards. b. Mount fittings together wherever possible using factory -mounted multiple fitting assemblies securely mounted, parallel with equipment lines, and protected from damage. c. Fittings for underwater bearings: Bring fittings above water surtace and mount on edge of structure above. C. Alignment of drivers and equipment: 1. Where drive motors or other drivers are connected to driven equipment by flexible coupling, disconnect coupling halves and align driver and equipment after complete unit has been leveled on its foundation. 2. Comply with procedures of appropriate HI, AGMA Standards, alignment tolerances of equipment manufacturers and the following requirements to bring components into angular and parallel alignment: a. Maximum total coupling offset (not the per plane offset): Not to exceed 0.5 mils per inch of coupling length for spacer couplings based on coupling length (not dial separation). b. Utilize jacking screws, wedges, or shims as recommended by the equipment manufacturer and as specified in the equipment sections. 3. Use reverse -indicator arrangement dial type or laser type alignment indicators: Mount indicators on the driver/coupling flange and equipment/coupling flange. Alignment instrumentation accuracy shall be sufficient to read angular and radial misalignment at 10 percent or less of the manufacturer's recommended acceptable misalignment. 4. Alignment and calculations shall include measurement and allowance for thermal growth, spacer coupling length, indicator separation, and axial spacing tolerances of the coupling. 5. When alignment satisfies most stringent tolerance of system components, grout between base and foundation. a. Allow minimum 48 hours for grout to harden. b. After grout hardens, remove jacking screws, tighten anchor bolts and other connections, and recheck alignment. c. Correct alignment as required. October 2016 15050-14 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecificatiorsl15O50 (FS) Addendum No. 1 Attachment No. 10 Page 14 of 17 6730F10 6. After operational testing is complete, dowel motor or drivers and driven equipment. a. Comply with manufacturer's instructions. D. Grouting under equipment bases, baseplates, soleplates, and skids with non -shrink grout: 1. Unless otherwise indicated on the Drawings, grout with non -shrink grout. 2. Comply with equipment manufacturer's installation instructions for grouting spaces, and tolerances for level and vertical and horizontal alignment. 3. Install non -shrink grout only after: a. Equipment is leveled and in proper alignment. b. Piping connections are complete and in alignment with no strain transmitted to equipment. 4. Do not use leveling nuts on equipment anchors for supporting and leveling equipment bases, baseplates, soleplates, and skids for grouting. 5. Use jack screws for supporting and leveling equipment bases, baseplates, soleplates, and skids for grouting following the procedure defined below: a. Drill and tap equipment base plates, sole plates, and skids for jack screws. b. Use suitable number and size of jack screws. c. End of jack screws shall bear on circular steel plates epoxy bonded to equipment foundation. d. Jack screw threads that will be in contact with non -shrink grout: Wrap with multiple layers of tape or other material, acceptable to Engineer, to prevent non -shrink grout from bonding to threads. e. Place non -shrink grout. f. Cure non -shrink grout. g. After non -shrink grout has been cured, remove jack screws and material used to prevent bond to non -shrink grout. 1) Provide jack screws to Owner for future use. h. Tighten equipment anchors in accordance with equipment manufacturer requirements. i. Fill holes where jack screws have been removed with non -shrink grout. j. Cure non -shrink grout in repaired areas. 6. For equipment bases, baseplates, soleplates, and skids where it is not practical to use jack screws, use steel wedges and shims, using procedure defined below: a. Wrap wedges and shims that contact non -shrink grout with multiple layers of tape or other material, acceptable to Engineer, to prevent non -shrink grout from bonding. b. Place non -shrink grout. c. Cure non -shrink grout. d. Remove wedges or shims. e. Tighten equipment anchors to in accordance with equipment manufacturer requirements. f. Fill voids where wedges and shims have been removed with non -shrink grout. g. Cure non -shrink grout in repaired areas. 7. Preparation of equipment bases, baseplates, soleplates, and skids for grouting: a. Metal in contact with grout: Grit blast to white metal finish. October 2016 15050-15 pwllCardlolDocmrentsIClientnICorpus Chr v`673DF1WSpedfica s11505D (FS) Addendum No. 1 Attachment No. 10 Page 15 of 17 6730F10 b. Clean surfaces of equipment bases, baseplates, soleplates, and skids in contact with grout of dirt, dust, oil, grease, paint and other material that will reduce bond. 8. Preparation of concrete equipment foundation for grouting: a. Rough concrete surfaces in contact with non -shrink grout to ICRI CDP -6 surface profile or rougher. b. Concrete contact surface shall be free of dirt, dust, laitance, particles, loose concrete, or other material or coatings that will reduce bond. c. Saturate concrete contact surface area with water for minimum of 24 hours prior to grouting. d. Remove standing water just prior to grout placement, using clean rags or oil -free compressed air. 9. Forms and headboxes: a. Build forms for grouting of material with adequate strength to withstand placement of grouts. b. Use forms that are rigid and liquid tight. Caulk cracks and joints with an elastomeric sealant. c. Line forms with polyethylene film for easy grout release. Forms carefully waxed with 2 coats of heavy-duty paste wax will also be acceptable. 10. Grout placement requirements: a. Minimum ambient and substrate temperature: 45 degrees Fahrenheit and rising. 1) Conform to non -shrink grout manufacturer's temperature requirements. b. Pour non -shrink grout using head box. c. Keep level of non -shrink grout in head box above bottom of equipment bases, baseplates, soleplates, and skids at all times to prevent air entrapment in grout. d. Non -shrink grout shall flow continuously from head box to other side of forms without trapping air or forming voids. e. Vibrate, rod, or chain non -shrink grout to facilitate grout flow, consolidate grout, and remove entrapped air. f. After non -shrink grout sets, remove forms and trim grout at 45 degree angle from bottom edge of equipment bases, baseplates, soleplates, and skids. g. Water cure non -shrink grout continuously for a minimum of 7 days. E. Special techniques: Use applicable special tools and equipment, including precision machinist levels, dial indicators, and gauges as required in equipment installations. F. Tolerances: 1. Completed equipment installations: Comply with requirements for intended use and specified vibration and noise tolerances. G. Warning signs: Mount securely with stainless fasteners at equipment that can be started automatically or from remote locations. 3.04 FIELD QUALITY CONTROL A. Test equipment as specified in the individual equipment section of the Specifications. October 2016 15050-16 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1f1WSpecificatiorsl15O50 (FS) Addendum No. 1 Attachment No. 10 Page 16 of 17 6730F10 3.05 COMMISSIONING AND PROCESS START-UP A. Perform commissioning and process start-up. END OF SECTION October 2016 15050-17 pwIIC rdlaDocunents/CIient/TYJCorpus Christif6730F10ISpecifications115050 (FS) Addendum No. 1 Attachment No. 10 Page 17 of 17 6730F10 ATTACHMENT 11 SECTION 15052 COMMON WORK RESULTS FOR GENERAL PIPING PART1 GENERAL 1.01 SUMMARY A. Section includes: Basic piping materials and methods. 1.02 REFERENCES A. American Society of Mechanical Engineers (ASME): 1. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 Through 24. 2. B16.47 - Large Diameter Steel Flanges: NPS 26 Through NPS 60 Metric/Inch Standard. B. American Water Work Association (AWWA): 1. C105 — Standard for Polyethylene Encasement for Ductile -Iron Pipe Systems. 2. C207 - Standard for Steel Pipe Flanges for Waterworks Services -Size 4 In. Through 144 In. C. ASTM International (ASTM): 1. A 193 - Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications. 2. A 194 - Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. 3. A 307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 4. A 563 — Standard Specification for Carbon and Alloy Steel Nuts. 5. F 37 - Standard Test Methods for Sealability of Gasket Materials. D. California Health and Safety Code. E. NSF International (NSF): 1. 61 - Drinking Water System Components - Health Effects. 2. 372 - Drinking Water System Components - Lead Content. 1.03 DEFINITIONS A. Buried pipe: Pipe that is buried in the soil, or cast in a concrete pipe encasement that is buried in the soil. B. Exposed pipe: Pipe that is located above ground, or pipe that is located inside a structure, supported by a structure, or cast into a concrete structure. C. Underground piping: Piping actually buried in soil or cast in concrete that is buried in soil. D. Underwater piping: Piping below tops of walls in basins or tanks containing water. October 2016 15052-1 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specificabons115052 (FS) Addendum No. 1 Attachment No. 11 Page 1 of 11 6730F10 E. Wet wall: Wall with water on at least 1 side. 1.04 SUBMITTALS A. Product data: 1. Escutcheons. 2. Flange bolts. 3. Gaskets. 4. Grooved joint couplings and fittings. 5. Link -type seals. 6. Certifications of compliance with reference standard for lead limits. B. Calculations: 1. Materials in contact with drinking water provide calculations in accordance with NSF 372. Provide Manufacturer's Certificate of Source Testing. D. Provide Manufacturer's Certificate of Installation and Functionality Compliance. PART2 PRODUCTS 2.01 MATERIALS A. Materials in contact with drinking waters: In accordance with NSF 61 and NSF 372. 2.02 ESCUTCHEONS A. Material: Chrome -plated steel plate. B. Manufacturers: One of the following or equal: 1. Dearborn Brass Company, Model Number 5358. 2. Keeney Manufacturing Company, Model Number 102 or Number 105. 2.03 LINK TYPE SEALS A. Characteristics: 1. Modular mechanical type, consisting of interlocking neoprene or synthetic rubber links shaped to continuously fill the annular space between the pipe and wall opening. 2. Assemble links solely with stainless steel bolts and nuts to form a continuous rubber belt around the pipe. 3. Provide a nylon polymer pressure plate with Type 316 stainless steel hardware. Isolate pressure plate from contact with wall sleeve. Manufacturers: One of the following or equal: 1. Calpico, Incorporated. 2. Pipeline Seal and Insulator, Inc., Link -Seal. October 2016 15052-2 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1O/Spacificationsl15O52 (FS) Addendum No. 1 Attachment No. 11 Page 2 of 11 6730F10 2.04 FLANGE BOLTS A. Ductile iron pipe: 1. Bolts and nuts for ductile iron pipe flanges located indoors, outdoors above ground, or in dry vaults and structures and where pressures do not exceed 150 pounds per square inch shall be hot -dip galvanized carbon steel, ASTM A 307, Grade B A 563 - Standard Specification for Carbon and Alloy Steel Nuts. 2. Bolts and nuts for ductile iron pipe flanges located indoors, outdoors above ground, or in dry vaults and structures where the pressures exceed 150 pounds per square inch shall be alloy steel, ASTM A 193, Grade B7 for bolts and in accordance with ASTM A 194, Grade 2H for nuts. 3. Bolts and nuts for ductile iron pipe flanges submerged in water or wastewater, buried, in wet vaults or structures, adjacent to wet walls, or above open water - containing structures shall be Type 316 stainless steel in accordance with ASTM A 193, Grade B8M for bolts and in accordance with ASTM A 194, Grade 8M for nuts. 4. Bolts and nuts for buried ductile iron pipe flanges shall be carbon steel bolts in accordance with ASTM A 307, Grade B for bolts, in accordance with ASTM A 563, Grade A for nuts, and encased in 2 layers of loose polyethylene wrap in accordance with AWWA C105. 5. Provide a washer for each nut. Washer shall be of the same material as the nut. 6. Nuts shall be Heavy hex -head. 7. Cut and finish flange bolts to project a maximum of 1/4 inch beyond outside face of nut after assembly. 8. Tap holes for cap screws or stud bolts when used. B. Plastic pipe: 1. Bolts and nuts for flanges on plastic pipe located indoors, outdoors above ground, or in dry vaults and structures shall be hot -dip galvanized carbon steel, in accordance with ASTM A 307, Grade B for bolts and in accordance with ASTM A 563, Grade A for nuts. 2. Bolts and nuts for flanges on plastic pipe submerged in water or wastewater, buried, in wet vaults or structures, adjacent to wet walls, or above open water - containing structures and plastic pipe carrying corrosive chemicals shall be Type 316 stainless steel in accordance with ASTM A 193, Grade B8M for bolts and in accordance with ASTM A 194, Grade 8M for nuts. 3. Provide a washer for each nut. Washer shall be of the same material as the nut. 4. Nuts shall be Heavy hex -head. 5. Cut and finish flange bolts to project a maximum of 1/4 inch beyond outside face of nut after assembly. 6. Tap holes for cap screws or stud bolts when used. C. Steel pipe: 1. Bolts and nuts for ASME B16.5 Class 150 flanges and AWWA 0207 Class D flanges located indoors, outdoors above ground, or in dry vaults and structures shall be hot -dip galvanized carbon steel, ASTM A 307, Grade B for bolts and in accordance with ASTM A 563, Grade A for nuts. October 2016 15052-3 pwllCarolloIDocunents/Client/TYJCorpus Christil8730F10ISpecifieations115052 (FS) Addendum No. 1 Attachment No. 11 Page 3 of 11 6730F10 2. Bolts and nuts for ASME B16.5 and B16.47 Class 300 flanges and AWWA C207 Class E and F flanges located indoors, outdoors above ground, or in dry vaults and structures in accordance with ASTM A 193, Grade B7 for bolts and in accordance with ASTM A 194, Grade 2H for nuts. 3. Bolts and nuts for flanges submerged in water or wastewater, buried, in wet vaults or structures, adjacent to wet walls, or above open water -containing structures shall be Type 316 stainless steel in accordance with ASTM A 193, Grade B8M for bolts and in accordance with ASTM A 194, Grade 8M for nuts. 4. Provide a washer for each nut. Washer shall be of the same material as the nut. 5. Nuts shall be Heavy hex -head. 6. Cut and finish flange bolts to project a maximum of 1/4 inch beyond outside face of nut after assembly. 7. Tap holes for cap screws or stud bolts when used. D. Lubricant for stainless steel bolts and nuts: 1. Chloride -free. 2. Manufacturers: One of the following or equal: a. Huskey FG -1800. 2.05 GASKETS A. Gaskets for non -steam cleaned ductile iron and steel piping: 1. Suitable for pressures equal and less than 150 pounds per square inch gauge, temperatures equal and less than 125 degrees Fahrenheit, and raw sewage service. 2. Gasket material: a. Neoprene elastomer with minimum Shore A hardness value of 70. b. Reinforcement: Inserted 13 -ounce nylon fabric cloth for pipes 20 inch or larger. c. Thickness: Minimum 3/32 -inch thick for less than 10 -inch pipe; minimum 1/8 inch thick for 10 -inch and larger pipe. 3. Manufacturers: One of the following or equal: a. Pipe less than 20 inches in diameter: 1) Garlock, Style 7797. 2) John Crane, similar product. b. Pipe 20 inches in diameter and larger: 1) Garlock, Style 8798. 2) John Crane, similar product. B. Gaskets for non -steam cleaned grooved end ductile iron and steel piping: 1. Suitable for pressures equal to the encapsulating coupling or flange adapter. 2. Material: Pressure responsive elastomer. a. Ductile iron piping: FlushSeal® type. 1) Halogenated Butyl: Grade M; for temperatures to 200 degrees Fahrenheit. 2) Nitrile: Grade S; for temperatures to 180 degrees Fahrenheit. b. Steel piping: 1) EPDM: Grade E; for temperatures to 230 degrees Fahrenheit. 2) EPDM-HP: Grade EHP, for temperatures to 250 degrees Fahrenheit. 3) Nitrile: Grade T, for temperatures to 180 degrees Fahrenheit. October 2016 15052-4 pvwliCarollolDocunents/CIienfIDUCorpus Chr 673DF1O/Specificationsl15O52 (FS) Addendum No. 1 Attachment No. 11 Page 4 of 11 6730F10 3. Gaskets shall be verified as suitable for the intended service. a. Temperature ratings may vary depending on the fluid/media. 4. Manufacturers: Gaskets shall be of the same manufacturer as the encapsulating couplings/flange adapters. a. Victaulic Company. C. Gaskets for flanged joints in polyvinyl chloride and polyethylene piping: 1. Suitable for pressures equal and less than 150 pounds per square inch gauge, with low flange bolt loadings, temperatures equal and less than 125 degrees Fahrenheit, and polymer, chlorine, caustic solutions, and other chemicals, except chemicals which liberate free fluorine including fluorochemicals and gaseous fluorine. 2. Material: 0.125 -inch thick Viton rubber. 3. Manufacturers: One of the following or equal: a. Garlock. b. John Crane, similar product. D. Gaskets for flanged joints in ductile iron or steel water piping: 1. Suitable for hot or cold water, pressures equal and less than 150 pounds per square inch gauge, and temperatures equal and less than 160 degrees Fahrenheit. 2. Material: a. Neoprene elastomer, compressed, with non -asbestos fiber reinforcement. 3. Manufacturers: One of the following or equal: a. Garlock, Bluegard 3300. b. John Crane, similar product. E. Gaskets for flanged joints in ductile iron or steel drinking water piping meeting NSF requirements: 1. Suitable for hot or cold water, pressures equal to or less than 150 pounds per square inch gauge, and temperatures equal to or less than 160 degrees Fahrenheit. 2. Material: a. PTFE material with glass microsphere filler. 3. Manufacturers: One of the following or equal: a. Garlock, GYLON ®Style 3505. b. John Crane, similar product. F. Provide gaskets suitable for the specific fluids and pressure and temperature conditions. PART 3 EXECUTION 3.01 EXAMINATION A. Verification of existing conditions: 1. Locate and expose existing structures, piping, conduits, and other facilities and obstructions that may affect construction of underground piping before starting excavation for new underground piping and appurtenances. 2. Verify sizes, elevations, locations, and other relevant features of existing facilities and obstructions. Determine conflicts for the construction of the new underground piping and appurtenances. October 2016 15052-5 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specificabons115052 (FS) Addendum No. 1 Attachment No. 11 Page 5 of 11 6730F10 3. Make piping location and grade adjustments to resolve conflicts between new piping and existing facilities and obstructions. 3.02 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. B. Manufacturer services: 1. Provide Manufacturer's Certificate of Source Testing. 2. Provide Manufacturer's Certificate of Installation and Functionality Compliance. a. Functional Testing: for watertight installations only. 3.03 INSTALLATION A. General: 1. Piping drawings: a. Except in details, piping is indicated diagrammatically. Not every offset and fitting, or structural difficulty that may be encountered has been indicated on the Drawings. Sizes and locations are indicated on the Drawings. b. Perform minor modifications to piping alignment where necessary to avoid structural, mechanical, or other type of obstructions that cannot be removed or changed. 1) Modifications are intended to be of minor scope, not involving a change to the design concept or a change to the Contract Price or Contract Times. 2. Piping alternatives: a. Provide piping as specified in this Section, unless indicated on the Drawings or specified otherwise. b. Alternative pipe ratings: 1) Piping with greater pressure rating than specified may be substituted in lieu of specified piping without changes to the Contract Price. 2) Piping of different material may not be substituted in lieu of specified piping. c. Valves in piping sections: Capable of withstanding specified test pressures for piping sections and fabricated with ends to fit piping. d. For grooved joints, use couplings, flange adapters, and fittings of the same manufacturer. 1) The grooved joint manufacturer's factory trained representative shall provide on-site training for Contractor's field personnel. 2) The representative shall periodically visit the jobsite and review Contractor is following best recommended practices in grooved product installation. 3) A distributor's representative is not considered qualified to conduct the training or jobsite visit(s). e. For flanged joints, where 1 of the joining flanges is raised face type, provide a matching raised face type flange for the other joining flange. 3. Unless otherwise indicated on the Drawings, piping at pipe joints, fittings, couplings, and equipment shall be installed without rotation, angular deflection, vertical offset, or horizontal offset. October 2016 15052-6 pvwllCarollolDocunents/ClienfIDUCorpus Chr 673DF1O/Spacificationsl15O52 (FS) Addendum No. 1 Attachment No. 11 Page 6 of 11 6730F10 B. Wall and slab penetrations: 1. Provide sleeves for piping penetrations through aboveground masonry and concrete walls, floors, ceilings, roofs, unless specified or otherwise indicated on the Drawings. 2. Provide flexibility in piping connecting to structures to accommodate movement due to soil settlement and earthquakes. Provide flexibility using details indicated on the Drawings. 3. Core drilled openings: a. Do not damage or cut existing reinforcing bars, electrical conduits, or other items embedded in the existing concrete without acceptance by Engineer. b. Determine location of reinforcing bars or other obstructions with a non-destructive indicator device. c. Remove dust and debris from hole using compressed air. Exposed piping: 1. Install exposed piping in straight runs parallel to the axes of structures, unless otherwise indicated on the Drawings: a. Install piping runs plumb and level, unless otherwise indicated on the Drawings. 1) Slope plumbing drain piping with a minimum of 1/4 inch per foot downward in the direction of flow. 2. Install exposed piping after installing equipment and after piping and fitting locations have been determined. 3. Support piping: As specified in Sections 15061 and 15062: a. Do not transfer pipe loads and strain to equipment. 4. In addition to the joints indicated on the Drawings, provide unions, flexible couplings, flanged joints, flanged coupling adapters, and other types of joints or means which are compatible with and suitable for the piping system, and necessary to allow ready assembly and disassembly of the piping. 5. Assemble piping without distortion or stresses caused by misalignment: a. Match and properly orient flanges, unions, flexible couplings, and other connections. b. Do not subject piping to bending or other undue stresses when fitting piping. c. Do not correct defective orientation or alignment by distorting flanged joints or subjecting flange bolts to bending or other undue stresses. d. Flange bolts, union halves, flexible connectors, and other connection elements shall slip freely into place. e. Alter piping assembly to fit, when proper fit is not obtained. f. Install eccentric reducers or increasers with the top horizontal for pump suction piping. Buried piping: 1. Bury piping with minimum 3 -foot cover without air traps, unless otherwise indicated on the Drawings. 2. Where 2 similar services run parallel to each other, piping for such services may be laid in the same trench. a. Lay piping with sufficient room for assembly and disassembly of joints, for thrust blocks, for other structures, and to meet separation requirements of public health authorities having jurisdiction. October 2016 15052-7 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specificabons115052 (FS) Addendum No. 1 Attachment No. 11 Page 7 of 11 6730F10 3. Laying piping: a. Lay piping in finished trenches free from water or debris. Begin at the lowest point with bell ends up slope. b. Place piping with top or bottom markings with markings in proper position. c. Lay piping on an unyielding foundation with uniform bearing under the full length of barrels. d. Where joints require external grouting, banding, or pointing, provide space under and immediately in front of the bell end of each section laid with sufficient shape and size for grouting, banding, or pointing of joints. e. At the end of each day's construction, plug open ends of piping temporarily to prevent entrance of debris or animals. 4. Concrete encase all buried pipe installed under concrete slabs or structures. E. Venting piping under pressure: 1. Lay piping under pressure flat or at a continuous slope without air traps, unless otherwise indicated on the Drawings. 2. Install plug valves as air bleeder cocks at high points in piping. a. Provide 1 -inch plug valves for water lines, and 2 -inch plug valves for sewage and sludge lines, unless otherwise indicated on the Drawings. 3. Provide additional pipe taps with plug cocks and riser pipes along piping as required for venting during initial filling, disinfecting, and sampling. 4. Before piping is placed into service, close plug valves and install plugs. Protect plugs and plug valves from corrosion in as specified in Section 09960. F. Restraining piping: 1. Restrain piping at valves and at fittings where piping changes direction, changes sizes, and at ends: a. When piping is underground, use concrete thrust blocks, mechanical restraints, or push -on restraints. b. When piping is aboveground or underwater, use mechanical or structural restraints. c. Determine thrust forces by multiplying the nominal cross sectional area of the piping by design test pressure of the piping. 2. Provide restraints with ample size to withstand thrust forces resulting from test pressures: a. During testing, provide suitable temporary restraints where piping does not require permanent restraints. 3. Place concrete thrust blocks against undisturbed soil. 4. Place concrete so piping joints, fittings, and other appurtenances are accessible for assembly and disassembly. 5. Provide underground mechanical restraints where specified in the Piping Schedule. G. Connections to existing piping: 1. Expose existing piping to which connections are to be made with sufficient time to permit, where necessary, field adjustments in line, grade, or fittings: a. Protect domestic water/potable water supplies from contamination: 1) Make connections between domestic water supply and other water systems in accordance with requirements of public health authorities. 2) Provide devices approved by Owner of domestic water supply system to prevent flow from other sources into the domestic supply system. October 2016 15052-8 pvwliCarollolDocunents/CIienfIDUCorpus Chr 673DF1O/Spacificationsl15O52 (FS) Addendum No. 1 Attachment No. 11 Page 8 of 11 6730F10 2. Make connections to existing piping and valves after sections of new piping to be connected have been tested and found satisfactory. 3. Provide sleeves, flanges, nipples, couplings, adapters, and other fittings needed to install or attach new fittings to existing piping and to make connections to existing piping. 4. For flanged connections, provide stainless steel bolts with isolation bushings and washers, and full -face flange gaskets. H. Connections between ferrous and nonferrous metals: 1. Connect ferrous and nonferrous metal piping, tubing, and fittings with dielectric couplings especially designed for the prevention of chemical reactions between dissimilar metals. 2. Nonferrous metals include aluminum, copper, and copper alloys. Flanged connections between dissimilar metals such as ductile iron pipe and steel pipe: 1. Provide stainless steel bolts with isolation bushings and washers, and full -face flange gaskets. 3.04 CLEANING A. Piping cleaning: 1. Upon completion of installation, clean piping interior of foreign matter and debris. 2. Perform special cleaning when required by the Contract Documents. B. Cleaning potable water piping: 1. Flush and disinfect potable water piping. 3.05 PIPING SCHEDULE October 2016 15052-9 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specificabons115052 (FS) Addendum No. 1 Attachment No. 11 Page 9 of 11 6730F10 y G] Q -n — PIPING SCHEDULE Process Abbrev. Service Nominal Diameter (inches) Material Pressure Class Special Thickness Class Schedule Wall Thickness Pipe Spec. Section Joints! Fittings Test Pressure! Method Lining Coating Service Conditions Comments CD Chemical Drain Underground 1-6 PVC SCH 80 15230 SW 50 psig/HH None None Aboveground 1-6 PVC SCH 80 15230 SW 50 psig/HH None EPP CW Carrier Water All CPVC SCH 80 15259 SW 150 psig /NH None EPP D Drain Underground 2-12 CISP 15210 B&SP 15 feet/GR CTP CTP Aboveground 0.5-6 GSP SCH 40 SCRD 15 feet/GR None EPP HF Hydrofluosilicic Acid 25% 0.5.3 CPVC SCH 80 15259 SW 150 psig /HH None EPP OF Overflow 1-6 CPVC SCH 80 15259 SW 20 feet/GR None EPP PD Pumped Drainage Underground 2 and Tess GSP SCH 40 SCRD 100 psig /HH None PTW 3-10 DIP 150 15211 Rest. MJ 50 psig/HH CM 2 PEE ayers W Plant Water Underground 1-3 PVC SCH 80 15230 SW 125 prig IHH None None 4-10 DIP 150 15211 Rest. 125 psig/HH CM layer 2 PEE s Aboveground 0.5-3 GSP SCH 40 15270 SCRD 100 psig IHH None PTW Addendum No. 1 Attachment No. 11 Page 10 of 11 PIPING SCHEDULE Pressure Class Special Thickness Nominal Class Test Process Diameter Schedule Wall Pipe Spec. Joints! Pressure! Service Abbrev. Service (inches) Material Thickness Section Fittings Method Lining Coating Conditions Comments Abbreviat ons: 1. The following abbreviations used in the column of test method refer to the GE Grooved end joint respective methods as specified in Section 15956. GL Glass lined AM Air method GSP Galvanized steel pipe GR Gravity method MJ Mechanical joint HH High head method NPS Nominal pipe size, followed by the number in inches LH Low head method psi pounds per square inch SC Special case psig pounds per square inch gauge 2. Abbreviations to designate piping include the following: PE Polyethylene B&SP Bell and spigot PEE Polyethylene encasement CI Cast iron PTW Polyethylene tape wrap CISP Cast iron soil pipe PVC Polyvinyl Chloride CL Class, followed by the designation SCH Schedule, followed by the designation CM Cement mortar SCRD Screwed -On CTP Coal tar pitch SST Stainless steel DIP Ductile iron piping SW Solvent welded EPP Epoxy polyurethane coating FLFlange VCP Vitrified clay piping GA Gauge, preceded by the designation WLD Weld END OF SECTION w 0 m 1 0 Addendum No. 1 Attachment No. 11 Page 11 of 11 ATTACHMENT 12 SECTION 15259 CHLORINATED POLYVINYL CHLORIDE (CPVC) PIPE: ASTM F 441 PART 1 GENERAL 1.01 SUMMARY A. Section includes: ASTM F 441 CPVC pipe and fittings. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. 1.02 REFERENCES A. American Water Works Association (AWWA). B. ASTM International (ASTM): 1. D 1784 - Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 2. F 438 - Standard Specification for Socket -Type Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 40. 3. F 439 - Standard Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80. 4. F 441 - Standard Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe, Schedules 40 and 80. 5. F 493 - Standard Specification for Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings. 6. F 645 - Standard Guide for Selection, Design and Installation of Thermoplastic Water -Pressure Piping Systems. C. NSF International (NSF). 1.03 ABBREVIATIONS A. CPVC: Chlorinated polyvinyl chloride. 1.04 SUBMITTALS A. Shop Drawings: 1. Describe materials, pipe, fittings, gaskets, and solvent cement. 2. Installation instructions. October 2016 15259-1 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica s115259 (FS) Addendum No. 1 Attachment No. 12 Page 1 of 4 6730F10 B. Provide Manufacturer's Certificate of Source Testing. Include: 1. Date of manufacture of pipe for each lot delivered. 2. Solvent cement manufacturer's report and certification. C. Provide Manufacturer's Certificate of Installation and Functionality Compliance. 1.05 QUALITY ASSURANCE A. Pipe in potable water applications: Provide pipe bearing NSF seal. B. Mark pipe with nominal size, type, class, schedule, or pressure rating, manufacturer and all markings required in accordance with ASTM and AWWA standards. 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect from sunlight, scoring, and distortion. B. Do not allow surface temperatures to exceed 120 degrees Fahrenheit. C. Store and handle as recommended by manufacturer in published instructions. PART2 PRODUCTS 2.01 MATERIALS A. Extruding and molding material: Virgin material containing no scrap, regrind, or rework material except where permitted in the referenced standards. Pipe: 1. In accordance with ASTM F 441 and Appendix, CPVC 4120. 2. Extruded from Type IV, Grade 1, Class 23447 material in accordance with ASTM D 1784. 3. Schedule 80, unless otherwise indicated on the Drawings or specified in the Piping Schedule in Section 15052. 4. Manufacturers: One of the following or equal: a. Charlotte Pipe and Foundry Company. b. Eslon Thermoplastics, Inc. c. GF Harvel. d. Spears Manufacturing Company. e. Chemtrol. C. Fittings: 1. In accordance with ASTM F 438 or ASTM F 439 for pressure fittings, as appropriate to the service and pressure requirement. 2. Same material as the pipe and of equal or greater pressure rating. 3. Supplied by pipe manufacturer. D. Solvent cement: 1. In accordance with ASTM F 493. 2. Manufacturers: The following or equal: a. IPS Corporation. 3. Certified by the manufacturer for the service of the pipe. October 2016 15259-2 pvwllCarollolDocunents/ClienfIDUCorpus Christ/6730H 0/Speaficalions/15259 (FS) Addendum No. 1 Attachment No. 12 Page 2 of 4 6730F10 4. Primer: As recommended by the solvent cement manufacturer. E. Unions 2-1/2 inches and smaller: 1. Socket end screwed unions. F. Unions 3 inches and larger: 1. Socket flanges with 1/8 -inch full -face soft EPDM gasket. 2.02 SOURCE QUALITY CONTROL A. Mark pipe and fittings in accordance with ASTM F 441. PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. Install piping in accordance with ASTM F 645, or manufacturer's published instructions for installation of piping, as applicable to the particular type of piping. 2. Provide molded transition fittings for transitions from plastic to metal or IPS pipe. a. Do not thread pipe. 3. Locate unions where indicated on the Drawings, and elsewhere where required for adequate access and assembly of the piping system. 4. Provide serrated nipples for transition from plastic pipe to rubber hose. B. Installation of piping: 1. Clean dirt and moisture from pipe and fittings. 2. Bevel pipe ends in accordance with manufacturer's instructions with chamfering tool or file. a. Remove burrs. 3. Use solvent cement and primer formulated for CPVC. 4. Use primer on pressure and non -pressure joints. 5. Do not solvent weld joints when ambient temperatures are below 40 degrees Fahrenheit or above 90 degrees Fahrenheit unless solvent cements specially formulated for these conditions are utilized. 3.02 FIELD QUALITY CONTROL A. Test as specified in Section 15052 and Section 15956. 3.03 COMMISSIONING AND PROCESS START-UP REQUIREMENTS A. As specified in this Section. B. Manufacturer services: 1. Provide Manufacturer's Certificate of Source Testing. 2. Provide Manufacturer's Certificate of Installation and Functionality Compliance. October 2016 15259-3 pwllCardlolDocmrentsIClientnICorpus Chr v` 673DF1O/Specifica s115259 (FS) Addendum No. 1 Attachment No. 12 Page 3 of 4 6730F10 END OF SECTION October 2016 15259-4 pvwllCarollolDocunents/ClieriIIYJCorpus Chr 673DF10/Speaficaliors/15259 (FS) Addendum No. 1 Attachment No. 12 Page 4 of 4 6730F10 Manufacturer Rep Onsite Source Testing (Witnessed or Non -witnessed) Training Requirements Installation Testing Functional Testing Process Operational Period Maintenance (hrs per session) Operation (hrs per session) Trips Days (each trip) Trips Days (each trip) Trips Days (each trip) Non -witnessed Not required Not required Not required Not required END OF SECTION October 2016 15259-4 pvwllCarollolDocunents/ClieriIIYJCorpus Chr 673DF10/Speaficaliors/15259 (FS) Addendum No. 1 Attachment No. 12 Page 4 of 4 6730F10 ATTACHMENT 13 May 2015 Technical Specifications for Construction SECTION 27 13 23 COMMUNICATIONS OPTICAL FIBER BACKBONE CABLING PART 1 GENERAL 1.1 Summary A. This Section includes specifications for the expansion of a fiber optic cabling system. The fiber optic cabling system includes the procurement and installation of fiber to provide the communications to support the new Fluoride Feed Upgrade, Project E15233 for The City of Corpus Christi, Texas O.N. Stevens Water Treatment Plant. In these specifications the term City or City's shall refer to the City of Corpus Christi, Texas O.N. Stevens Water Treatment Plant. B. This specification is intended to give guidance to the installation contractor to provide a complete and fully functional fiber optic cabling system for the City of Corpus Christi's O.N. Stevens Water Treatment Plant. This project shall include all necessary material and labor that is required to furnish a turnkey system installation based upon the scope of work as noted in paragraph A above and contained in theses specifications that follow. 1.2 Quality Assurance A. Contractor Qualifications: An experienced contractor who has the following qualifications as a minimum: 1. Experience utilizing directional drilling (trench -less technology) methods as described within these specifications if these methods are required. 2. The installer and tester for the fiber premises and outside cable plant shall be RCDD (Registered Communication Distribution Designer) Certified. Reference BiCSi latest edition. PART2 PRODUCTS 2.1 Manufacturers A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the work include, but are not limited to, Corning Altos, or approved equal. 2.2 Fiber Optic Cable A. Fiber Optics Cable 1. Shall be all -dielectric loose tube and water -blocked. 2. Shall be in accordance with contract design documents. 3. Maximum attenuation shall not exceed .4 db per km 4. Shall be suitable for outdoor aerial and duct underground installation. 5. Shall be approved and listed by RUS 7 CFR 1755.900 6. Shall conform to all ANSI/ICER S-87-640 test and design criteria. All fibers in each cable bundle assembly shall be tested and verify for continuity and light attenuation prior to leaving the factory. All test data shall be made available to the installation contractor upon acceptance of the cable. 7. Corning Altos or approved equal B. Connectors 1. All connectors shall be in accordance with contract design documents. 2. Fan out kits shall be outdoor buffer tube with a minimum of 24 inches tubing length.. Page 1 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 Addendum No. 1 Attachment No. 13 May 2015 C. Below Grade Splice Closures (if required) 1. Shall be tested in accordance with Bellcore Testing Requirement GR -771 -CORE and UL 1863. 2. Shall be suitable for submersion in 20 feet of water head. Technical Specifications for Construction 3. Shall be configurable for future re-entry. 4. Shall be of a pre -molded port multi - section end plates with ports accepting cable diameters up to 1.25 inches. 5. Shall have the capacity of up to 72 single fusion splices. 6. Shall conform to and support the splice requirements as noted in the contract drawing documents. 7. Shall be Performed Coyote Splice Closure splice trays or approved equal. 2.3 Conduit A. PVC Rigid Galvanized Steel (RGS) Conduit: Conduit including elbows, couplings, and nipples shall be standard weight zinc -coated steel, rigid threaded conduit; shall meet the requirements of A.N.S.I. Standard C80.1; and shall be hot -dipped galvanized inside, outside and over threads with PVC external coating and urethane internal coating. Exterior PVC coating shall be a minimum of 40 mil thick, internal urethane coating shall be a minimum of 2 mils thick. 1. Fittings: Conduit fittings and accessories for use with RGS conduit shall be cast malleable iron or ferrous alloy, hot -dipped galvanized. Fittings shall have threaded hubs and gasketed covers. Fittings shall be the product of Crouse -Hinds Form 7 or Appleton. All fittings shall be PVC coated. 2. Boxes: Cast malleable iron, hot dipped galvanized with threaded hubs as manufactured by Crouse -Hinds or Appleton. B. Polyvinyl Chloride (PVC) Conduit: Conduit, elbows and couplings shall be Schedule 40 rigid polyvinyl chloride conduit with a 90°C UL rating, approved for direct burial and shall be the standard product of Krayloy or Carlon or an equal. 1. Fittings: Fittings and accessories for use with Schedule 40 PVC conduit shall be of the same material and manufacturer as the conduit. 90° elbows shall be from the factory. 2. Boxes: For use with Schedule 40 PVC conduit shall be of the same manufacturer as the conduit. C. High Density Polyethylene (HDPE) Conduit: 1. Shall be constructed of polymeric materials, which are lightweight, flexible corrosion resistant and non-conductive. 2. The duct shall be pigmented throughout the entire cross-section so as to produce a uniform color. 3. Shall be smoothwall both inner and outer surface with a controlled outside diameter in accordance with ASTM Standard D 3035 4. Manufacturer shall be ISO 9001 Certified. 5. Shall have a minimum plastic density (polymer range) of .940 - .950 glcc tested in accordance with ASTM Standard D 1505. 6. Shall have a crush strength of 2020 lbs/ft length measured in accordance ASTM D 2412 test method. 7. 1-1/4 HDPE shall have a average wall thickness of .195 inches with an 1.660 inches and an average ID of 1.270 inches. 8. Shall be Dura -line SDR 9 or approved equal. with a modified average OD of Page 2 of 11 Addendum No. 1 Attachment No. 13 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 Technical Specifications for Construction D. Uses Permitted: Unless otherwise indicated, all conduit shall be as follows: 1. RGS: Exposed above grade outdoors and as a transition between HDPE underground and RGS above grade 2. HDPE: Underground direct buried via directional drilling methods (if utilized) 3. PVC: Underground, concealed in concrete. 4. Flexible: Equipment connection 2.4 Enclosures and Boxes A. Underground Locations: Pull boxes used in underground conduit runs shall be made of polymer concrete, shall be UL Listed and shall be of a size and construction appropriate for the intended application. Concrete pull boxes intended for underground installation shall be precast in sections with parkway or traffic rated covers, clearly marked as indicated on the drawings. These boxes shall have a vertical design load of 22,568 lbs with a test load of 33,852 lbs. Their respective traffic rated covers shall contain the proper logo on the cover and be rated for a minimum design load of 15,000 lbs over a 10 inch square with a minimum test load of 22,568 lbs (Quazite Type PG or approved equivalent). B. Wet and Damp Locations: NEMA Type 4X and 3R boxes and enclosures shall be fabricated from stainless steel, and shall be furnished with a gasketed weathertight cover of the same material. Enclosures and cabinets for electrical equipment shall conform to NEMA Standard 250 and U.L. Standard 50. NEMA Type 4X waterproof boxes and enclosures shall be welded stainless steel, glass reinforced polyester with polyurethane foam -core, or cast metal of the sizes and materials indicated on the drawings complete with screw -fastened, gasketed covers and drilled and tapped conduit entries of the proper sizes and arrangements. 2.5 Equipment Racks, Fasteners and Supports A. All framing and supporting materials shall be hot -dipped galvanized steel or stainless steel. Hot dip after fabrication. B. Nuts, bolts shall be hot -dipped galvanized or stainless steel. All stainless steel hardware shall be a minimum 316 Grade stainless steel. C. All conduit clamps shall be hot -dipped galvanized one -hole clamps. PART 3 EXECUTION 3.1 Pull Box Installation A. Pull -boxes shall be placed as shown on the construction drawings. Hand -holes may be moved to locations more practical when necessary upon approval by The Project Manager. B. The location of pull boxes shown on the drawings is diagrammatic only. The Contractor is responsible for verifying locations prior to placement. 3.2 Excavation and Backfill A. Excavation: 1. The trench shall be as straight as practical. The bottom of the trench shall be smooth and free from any sharp edges. The trench shall be kept clear of debris and loose rock. All changes in trench grade shall be gradual with no more than six (6) inches of vertical rise in every five (5) feet of horizontal run. 2. Any open trench shall be fenced, covered or otherwise barricaded. Exceptions are subject to approval by ONSWTP Project Manager. Good judgment and care must be exercised to prevent persons from falling into the open trench, or other damages to persons or property. 3. Roadways, which are open cut, shall be opened just prior to conduit placement. In no case shall the roadway be left impassable at the end of the day. Safety of the general public is paramount and appropriate steps shall be taken to ensure safety at all times. Page 3 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 Addendum No. 1 Attachment No. 13 May 2015 Technical Specifications for Construction 4. The contractor is responsible for the haul off and proper disposal of all spoils materials removed from the trench. 5. The contractor shall provide the necessary means to carry storm water away from the work area and keep the work area free of obstructions. 6. A minimum clearance of twelve inches (12") shall be maintained between existing utilities and ONSWTP conduits. 7. Trenches shall be promptly backfilled with earth and tamped with a mechanical tamper in 6 inch (15.24 cm) lifts so that the earth is restored to original grade to assure no hazard exists to vehicular, animal or pedestrian traffic. Trenches will be properly guarded or barricaded to prevent damage or injury. 8. Select backfill shall be unfrozen material, free of rocks or other debris. 9. Select backfill shall be used as a cushion and shall extend 3 inches on the sides and floor of trench to 6 inches above top of conduit. 10. Trenching processes will comply with all established Federal and State Safety Standards. B. Backfill: 1 The trench shall be backfilled and compacted to the satisfaction of the ONSWTP, promptly following duct placement. 2. The backfill shall consist of the materials previously excavated or equal materials and shall conform to the following requirements: a. The backfill shall be placed and compacted in not more than 6" lifts, from the top of the installation to the ground line. The backfill shall be of suitable material free from boulders, roots, sod or other vegetation. In areas inaccessible to tamping type rollers, a mechanical tamper of a size suitable for the work involved may be used. b. Pneumatic tampers shall be operated at pressures no less than those recommended by the manufacturer. c. A 95% minimum density compaction of backfill is required or greater if required by the governing Federal, State, County, or City agency. 3. The Contractor shall be responsible for all compaction tests. If the proper compaction is not achieved, the Contractor shall remove all backfill materials and the backfill and compaction will be repeated at the Contractor's expense until the compaction tests are accepted. 3.3 Trenched Road A. Pavement replacement shall match existing paving in type of pavement appearance, wear surface and durability to the maximum extent practical. Replacement shall match existing structures and shall include curbing, walkways, or any other concrete structure(s) damaged during construction. Pavement repair shall be subject to approval by The Project Manager and must conform to the requirements of the local governing authority having jurisdiction including required cutbacks, or "T" topping. Pavement repair not installed in accordance with the requirements of these Specifications shall be removed and replaced. B. Roadways shall only be trenched as a last resort. The City of Corpus Christi will not approve the open trenching of roadways unless trench -less technology methods are not applicable. 3.4 Concrete Placement A. Cement: Portland Cement shall meet the requirements of ANSI/ASTM C150 for type 11 Portland Cement. The cement shall be free of lumps and contamination by water other foreign matter. B. Water: Water shall potable and free from objectionable quantities of silt, organic matter, salts and other impurities. C. Sand: Sand shall be clear, hard and durable grains, free of excessive foreign matter. D. Aggregate: Nominal 3/4' durable crushed rock or limestone, free of excessive foreign matter. Page 4 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 Addendum No. 1 Attachment No. 13 May 2015 Technical Specifications for Construction E. Mixing: 1. Maximum water to cement ratio: 6.5 gallons per 94 pound sack of Portland Cement 2. Mix Ratio: 1 part cement, 2 parts sand, 3 parts aggregate. 28 day compressive strength, 3000 pounds 3.5 Directional Boring A. This item includes all labor, equipment and certain materials required to install conduit using directional boring techniques. The running line of the conduit shall be kept straight and level. Any changes, either vertical or horizontal shall be gradual with no more than six (6) inches of deviation in every five (5) linear feet. Special care shall be taken to insure that the conduit connection between bores be kept straight and level. B. All utilities shall be pot holed for verification of location and depth prior to boring. C. The boring machines shall be grounded at all times during operation. The grounding method and operator's safety equipment shall comply with the manufacturer's guidelines and requirements. Adequate barricades shall be erected to limit access to the boring machine to operating personnel only. D. Excavation and backfilling of bore pits and potholes shall conform to that described in the sections noted above. E. Separation of Topsoil: Anywhere a bore pit, or other excavation exceeds 18" in width at the surface, the topsoil will be separated from the subsoil with topsoil to be placed back as the surface layer of soil when the hole is back-filled. F. Contractor shall provide the coupling machine required for the installation of the connectors on all HDPE conduits. G. The Contractor is responsible for all steel pipe and HDPE conduit broken off and lost in the borehole. H. If at any time the proposed running line crosses an existing utility, the excavated pothole shall remain open until the Project Manager or appointed representative is able to witness the bore head pass the existing utility. I. Where a pipe casing is utilized, the ends of the casing shall be sealed to prevent infiltration of water or other foreign materials. 3.6 Proving The Duct A. The duct shall be proved to verify continuity and integrity by pulling a solid rubber mandrel or a mandrel of other solid material such as steel or aluminum through the duct. The mandrel shall be a minimum of 3" long and 1" diameter. A City project representative must be present to witness all duct -proving operations. Duct that is not proved in the presence of a City Project representative shall not be considered complete. B. All duct systems shall be installed to allow for a sealed pneumatic system. The couplings are to be installed as per the manufacturer's instruction. It is the responsibility of the subcontractor to provide a clean, sealed, uniform duct to the cable placing crews. 3.7 Subsurface Obstructions A. Contractor is responsible for locating and avoiding all subsurface obstructions. It is the Subcontractor's responsibility to verify the locations of subsurface obstructions shown on the drawings as well as any additional obstructions not identified on the drawings. Contractor shall notify owners and operators of foreign pipelines or other utilities at least two working days prior to excavation near the utility. B. Contractor shall pothole all existing utilities or substructure crossings before excavation crosses their locations. If potholing does not expose the existing utility the Contractor shall request that the utility be located again to verify that the utility is beyond or deeper than the trench line or that the utility has been miss -marked. A minimum of twelve inches (12") shall be maintained between existing utilities and conduits. This shall be included in the lump Page 5 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 Addendum No. 1 Attachment No. 13 May 2015 Technical Specifications for Construction sum price. Damage to existing utilities is not acceptable and termination of this Contract may result from this negligence. C. Where construction will take place in areas near existing utilities, it is imperative that the Contractor meets with the approved representative responsible for the utility to resolve any depth or construction line conflicts prior to the start of construction. The City Project Engineer of Record must be notified of this meeting and may be present. D. DAMAGED UTILITIES 1. A copy of the contractors Cable Awareness Program must be submitted to the City Project Manager prior to construction. 2. Any utility damage will be reported to the utility owner and the City immediately. This includes any damage to the City owned cable. 3. Contractor will cooperate with the owner of the utility to facilitate any repairs necessary. 4. A copy of all documentation regarding the utility damage shall be submitted to the City Project Manager. 3.8 Roadway, Railroad and Other Bored Crossings A. In no case shall the completed crossing be less than 48 inches deep at its shallowest point. B. Contractor shall not excavate into the side slopes of raised track beds. C. Backfill for excavations shall be mechanically tamped in 6 -inch lifts to the same density as adjoining earth. 3.9 Right of Way / Property Protection and Restoration A. General: 1. The Contractor shall protect the Right-of-Way/Property and minimize the damage from construction operations. 2. Good soil erosion practices shall be practiced during all construction operations. B. Restoration: 1 Contractor shall keep the premises where work is being performed in a neat, clean, and orderly condition, and on completion of the work hereunder, Contractor shall remove all of its tools and equipment from the premises and any debris shall be removed and disposed of by Contractor. 2. Right-of-Way/Property located in non -paved areas shall be restored to its original or better condition within 24 hours or as soon as practicable, in the ONSWTP's opinion, following duct -placing operations. In areas where open trench methods were used and backfill mounded over the trench, grading or filling will be required for final restoration of the Right-of-Way/Property. All rock and debris brought to the surface and left after backfilling shall be removed and disposed of, as directed by the City. 3. All areas disturbed by the construction activities shall be restored and re -seeded per the requirements and regulations of the authority having jurisdiction. 4. Right-of-Way/Property located in paved areas shall be restored to operation for vehicular traffic, with temporary paving or the permanent paving, within 24 hours or as soon as practicable, in The City's opinion, following duct placing operations. 5. All unit prices include the cost of seed, mulch, hay, hydro -mulch, sod, water, gravel, soil, sand, rip -rap, and all other materials required by the City or any governmental authority for site restoration. C. All rights of way clearing are included in all buried and underground outside plant placement pricing. Page 6 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 Addendum No. 1 Attachment No. 13 May 2015 3.10 Fencing and Other Excavation Barricades A. Temporary safety fencing erected around the Contractor's excavations shall be installed to the satisfaction of the ONSWTP. During any non -working hours, Contractor shall place steel plates over any open trenches that would pose a threat to vehicular traffic. The steel plates shall be of sufficient thickness to withstand the weight of vehicular traffic and anchored in place to prevent movement. Open trenches not exposed to vehicular traffic shall also be covered with plywood (or equal) sufficient to carry any pedestrian traffic, including motorcycles, bicycles, etc. and anchored in place. It shall be the Contractor's responsibility to take all steps necessary to prevent all accidents and to protect the general public. B. The Contractor shall be responsible for providing, installing, maintaining and removing barricades, flashers, fences, plates, and ramps necessary to protect the public and property owner from involvement with excavations, open ditches, and other work areas 3.11 Fiber Optic Cable Installation A. The contractor shall comply with all fiber cable manufactures recommendations for the general installation of the fiber optic cable. The installation shall include but not necessarily limited to the pulling of fiber thru dedicated conduit / inner duct raceway systems, the bending of the fiber, the splicing and termination of the cable, and the testing of all cable, associated splicing and termination hardware. B. The contractor shall follow the manufacture spec #SRP -005-001 dated October 2002 entitled Fiber Optic Cable Placing — Duct from Corning Cable Systems for installation of outside plant fiber cable. C. The contractor shall use fusion splicing for all required splices. See field testing for quality control measures. Technical Specifications for Construction D. The contractor shall use type SC connectors where required. All un -terminated cable shall be neatly coiled and bundled to prevent damage to fiber ends. E. All Fiber Optic Cable is to be placed inside duct system. F. Bends of small radii and twists that may damage the fiber optic cable shall be avoided. During cable placement, cable shall not be bent in a radius less than twenty (20) times the outside diameter of the cable or as specified by the manufacturer. Pulleys, sheaves or radius wheels shall be used to meet this requirement. G. Cable shall not be pulled with more than 600 lbs. of dynamic tension. Safeguards such as breakaway swivels, adjustable slip -clutch capstan winches, or pulling dynamometers shall be used. H. Cable lubricant shall be used to reduce the pulling tension on longer segments of the cable placement or at the discretion of the City. Cable lubricants must be compatible with the fiber optic cable's outer sheath. Verification of the compatibility between the fiber optic cable and the cable lubricant will be required before any application. After cable installation, the inner - duct shall be sealed at the strand level using approved foam. I. Slack coils of approximately fifty (50) feet will be neatly coiled and placed in hand -holes specified as splice locations and so noted on construction drawings. Fiber identification tags shall be attached. Slack coils of approximately twenty (20) feet shall be neatly coiled and placed in hand -holes specified as fiber pull boxes and so noted on construction drawings. J. It is the responsibility of the Contractor to plan each cable pull using information about splice locations, pull box locations, staging areas, conduit layout, manhole locations, etc. K. Each cable shall be placed in a continuous piece, with termination and splice locations as shown on the construction drawings. No additional splices are allowed, unless specifically added by the City in writing. L. The Contractor shall be responsible for the protection and storage of the fiber optic cable. If necessary, a competent security guard shall be maintained on site when fiber optic cable is kept on the street overnight. Page 7 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 Addendum No. 1 Attachment No. 13 May 2015 Technical Specifications for Construction M. All tracer wires shall be installed in the HDPE in which the fiber is installed and each tracer wire shall be spliced within each pull box. N. A telecommunication test station shall be located at each fiber optic cable splice box and the corresponding tracer wire shall be properly terminated as noted in the manufactures instruction information. 3.12 Warning Tape and Line Markers A. Contractor shall place buried cable warning tape at all times when plowing, trenching, and backhoeing for burial of conduit for fiber optic cable. B. Buried cable warning tape shall be installed for optimum protection at a depth of twelve inches (12") below final grade. C. Contractor shall install line markers at all changes in cable running line direction, splices, waterways, subsurface utilities, hand -holes and at both sides of street, bridge or railroad crossings. At no time shall any markers be spaced more than 500 feet apart. Markers shall be positioned so that they can be seen from the location of the cable and generally set facing perpendicular to the cable running line. D. A readily identifiable marker shall be placed at each right of way line where it is crossed by the buried cable. A marker should be at least 4 feet above ground and at the right of way line. Additional markers shall be placed at least every 500 feet where the cable is placed longitudinally on the right-of-way. 3.13 Splicing A. Contractor personnel performing splicing procedures shall be properly trained to splice and test fiber optic cable. B. All fibers are to be fusion spliced. (Except mechanical splices are allowed within the appropriate splice housings either existing or proposed) C. All spliced fibers will be protected by a fiber optic heat shrink sleeve. A heat oven will be used to shrink these sleeves. A heat gun which is hand applied will not be permitted. Care must be exercised to prevent damage to exposed fibers by overheating. The acrylic coating shall not be removed beyond the areas that will be covered by the heat shrink sleeves. D. To insure acceptable splices prior to closing and encapsulating the splice case, the Contractor will monitor the splice while it is being performed using an OTDR system. Encapsulation shall be performed immediately after testing is 100% complete and accepted. E. Each splice is to be tested bi-directionally at the required cable operational wavelength. The maximum splice loss, in one direction, shall be 0.45 dB. The bi-directional average loss shall be no greater than 0.15 dB. F. Negative losses or Gainers, shall be added to positive losses and averaged to determine the bi-directional splice loss. Gainers or losses may not exceed 0.3 dB and must be within ten percent (10%) of each other when tested bi-directionally. G. If after five (5) attempts or where high negative loss values are being consistently obtained after many splice attempts, the Contractor is unable to meet the average splice loss objectives due to a gainer, the City Project Manager shall be notified and the Contractor shall: 1. In the presence of the City Project Manager, the Contractor will make an additional three (3) attempts to splice the cable. If the splice meets the specifications, the Contractor will complete splicing activities at this location. 2. If the splice fails to meet the specifications after the Contractor attempts to splice the cable in the presence of the City Project Manager, the Contractor will cut off and label one meter of cable from each of the cables being spliced. The Contractor shall then re- attempt to splice the cables. If after five (5) attempts the splice fails to meet City performance objectives, the Contractor will notify the City Project Manager that they were unsuccessful and complete the splicing activities at this location. Page 8 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 Addendum No. 1 Attachment No. 13 May 2015 Technical Specifications for Construction H. If the second attempt to splice the cable fails (after the one meter sections have been removed) the City will pay the Contractor as if this were an additional splice point at the unit rates specified in the pricing forms. I. The Contractor is responsible for notifying the City Project Manager of an out of specification splice. Failure to do so may result in the Contractor having to re-enter the splice location and re -splice the cable at their own expense. 3.14 Field Quality Control A. Inspection: Verify that units and controls are properly installed, connected, and labeled and that interconnecting wires and terminals are identified. 1. Fiber Cable Plant a. The fiber cable manufacturer shall not ship cable with any single strand failures in the cable bundle. b. The contractor shall field test each count of fiber optic cable individually prior to unrolling the fiber off the reel for field installation. The test shall be a continuity test utilizing an Optical Time Domain Refectometer (OTDR). All tests shall be documented. Tests that reveal a cable light reflection loss greater than 110% of the cable manufacture's published specifications or factory tests shall be rejected (typically 5db / km). A fiber cable bundle that has more than a 1% cable test failure shall be rejected and not used in this installation. Fiber cable count bundles less than 10 strands shall have 0% failures. In the event the bundle exceeds 0% failures the cable shall be rejected and not used in this installation. c. Once the cable is installed and prior to splicing or terminating, the cable should again be continuity tested as noted in paragraph B above. The same test criteria shall apply. d. Once the cable is installed and terminated all outside plant cable backbone shall be tested by: OTDR in both directions and at both wavelengths of light transmission in accordance with ANSI/TIAIEIA-5688.1 (an average of the two will be used). The test criteria shall then be based upon both sum of connector cable and splice attenuation. Connector attenuation shall not exceed the No. of connector pairs times the published nominal connector loss typically .75db and the splice attenuation shall not exceed the number of splices times the allowed splice loss of .3db.End to End Attenuation as per ANSI/TIAIEIA-526-7. All fibers that are left un -terminated will be tested using an DTDR. e. The contractor shall use a high resolution OTDR for testing connectors and splices and shall furnish to the City Project Manager a signature trace of all tests performed. High resolution OTDR's provide accurate repeatable measurements to be taken from short distances (66ft) to several miles. f. The contractor shall test each fiber transmitter and receiver in a two stage process as documented in BiSCi Standards 2000 Edition Chapter 10 Fiber Cable Tests. 3.15 Documentation A. Test data results shall be submitted to the City Project Manager on Contractor supplied test data forms no later than 5 working days after the completion of the testing. The test data forms shall be completely and legibly filled out. Test data results shall be submitted as a neatly organized and indexed document for each segment (end point to end point). The document shall contain the following: 1. Copies of all OTDR fiber tests on computer disks, labeled with endpoints, optical length of splice location, and the date of the test. 3.16 System Warranty A. The base proposal system warranty shall be for a period of one year from the date of final system acceptance. This warranty will cover all parts and replacement labor for the manufactures hardware components. Page 9 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 Addendum No. 1 Attachment No. 13 May 2015 Technical Specifications for Construction 3.17 Acceptance Testing The Contractor will be required to perform the following tests in order to confirm system acceptance: A. Bi-directional OTDR Splice Test 1. Each fiber at each splice point will be tested bi-directionally at the required wavelength with an OTDR capable of long range and high resolution testing. This test will be from an end point designated by the City Project Manager. The maximum loss for each splice in one direction shall be 0.15 dB and the maximum bi-directional average loss shall be 0.10 dB. The test results will be submitted to the City Project Manager on a Contractor supplied "Splice Loss Worksheet". This test will be performed in conjunction with the bi- directional segment test after the closure has been closed, encapsulated and positioned. B. Bi-directional End -To -End Segment Test 1. Each fiber of each span shall be tested at required wavelength from end point to end point. The test results will be submitted to the City Project Manager on a contractor supplied "Segment Loss Worksheet". This test will be performed after all of the splicing within the segment has been completed, splice cases closed, encapsulated and positioned. C. Bi-directional End -To -End Power Test 1. Each fiber of each span shall be tested in both directions from end-to-end using the proper wavelength stabilized light source and power meter. The average end-to-end losses must be within the ONSWTP's specifications. The loss budgets for each loop includes: 0.4 dB/km © 1310nm and .3 dB/ km © 1550nm (fiber loss), 0.15 dB/splice, and 0.5 dB/connector. The results of this test are to be recorded on the contractor supplied test data sheets and submitted to the City's Project Manager. 2. Contractor shall arrange to have a City representative present during power testing. Power testing performed without a City representative present will be invalid and must be re -done at the Contractor's expense. 3. The Contractor is required to utilize an OTDR capable of producing fiber test documentation on computer disks and on a laser printer. These disks, along with the software needed to view and manipulate the test data, will be turned over to the ONSWTP two (2) days after testing is completed. The Contractor shall use one of the following OTDR emulation software programs: Siecor-1001-PC, Laser Precision PC- OTDR or PC -3000, or Tektronix FMTAP. 4. For the purposes of bi-directional OTDR testing, bare fiber adapters may be utilized. 3.18 As Built Drawings A. Contractor shall redline drawings during the course of construction to show the actual alignment, depth, and other variances to the construction drawings on a daily basis. The drawings will be available for review by the City's representative when requested on the job site. Additionally, all redline drawings will be submitted to the City Project Manager on a weekly basis including all actual construction to -date. B. A set of contract drawings shall be set aside for the sole purpose of redline "as built drawings". These drawings shall be maintained as outlined above. At the conclusion of the Contract, this set of drawings shall be turned over to the City Project Manager. C. All red line fiber drawings must also reflect any and all changes to the fiber cable plant interconnectivity. These notes should be reflected on the existing contract fiber interconnectivity drawings. D. Red line drawings shall be protected from the elements, as they will become part of Project records. Red line drawings shall be marked to show the actual installation where the installation varies from the work as originally shown using the following method: Page 10 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 Addendum No. 1 Attachment No. 13 May 2015 Technical Specifications for Construction 1. All annotations will be made legibly with erasable red pencil. 2. Mark whichever drawing is most capable of showing conditions fully and accurately. 3. When changing text or dimensions, line through the old information and enter the new. 4. Use the same units of measure and the same precision as existing dimensions. 5. Dimensions will be referenced to the leased tract line. 6. When changing figures or details, annotate in the same drawing style as existing figures, and use a straight edge when creating lines and dimension leaders. 7. Provide any new information deemed important to the customer, but not shown on construction or shop drawings. 8. Note related change order numbers where applicable. 9. Show station numbers, offset and depth at all landmarks and 50 foot intervals. END OF SECTION Page 11 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 Addendum No. 1 Attachment No. 13 ATTACHMENT 14 October 2016 Technical Specifications for Construction SECTION 40 90 01 INSTRUMENTATION PART 1 GENERAL 1.1 Work Included A. Furnish labor, materials, equipment and incidentals necessary to install all equipment for complete instrumentation and controls. Contractor's work shall include but not be limited to the following: 1. Installation of equipment furnished under this contract. 2. Interconnections between equipment furnished under this contract. 3. Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or that furnished and installed under other contracts. B. The Contractor's attention is directed to the fact that instrumentation is an integrated system and as such shall be furnished by one vendor or system integrator who shall provide all the equipment and appurtenances, regardless of manufacture, and be responsible to the Contractor for satisfactory operation of the entire system. C. Supervision, labor, tools, and materials necessary for installation of the instrumentation equipment and material furnished herein and their interconnection shall be provided by the Contractor. Installation work shall conform to applicable city, state, and national building and electrical codes. D. Coordinate the work of the system manufacturer's service personnel during construction, testing, calibration and acceptance of the instruments. 1.2 Quality Assurance A. General: Equipment shall be the Manufacturer's latest and proven design. Specifications and drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system shall be compatible with the functions required and the equipment furnished by the Contractor. B. Operating Voltage: Electrical components of the system shall operate on 120 -volt, 1 -phase, 60 -Hertz, except as otherwise noted in the specifications. C. Power Supplies: The drawings and specifications indicate the energy sources that will be provided. Any other devices or power supplies necessary to obtain proper operation of the instrument system from these energy sources shall be furnished with the instrumentation. D. Protection: 1. The instrumentation system supplier shall be responsible for input-output isolation of all incoming and outgoing signals. 2. Each 4-20 mA DC process measurement current loop installed on this contract shall be protected by insertion which extends outside control room shall be protected by insertion of a 1/16 -amp fuse, Buss Type MKB. Fuses shall be installed in standard fuse blocks. 3. The necessary fuses or switches required by the Instrumentation Manufacturer for his equipment shall be provided with the equipment. The instruments requiring an internal power supply shall have an internal On -Off switch. E. Input/Output: 1. In general and unless specifically stated otherwise, inputs and outputs involving instrumentation systems shown shall be 4-20 mA DC process measurement signals. Current loop isolators, current repeaters, or other signal isolators shall be furnished and installed as required to meet instrument specifications and to make instrumentation system fully operational. Page 1 of 22 INSTRUMENTATION —40 90 01 Addendum No. 1 Attachment No. 14 October 2016 Technical Specifications for Construction 2. Pair shielded cable, as specified in Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables" shall be used for all 4-20 mA DC loops. F. Manufacturer's Representative for Startup and Testing of Sample Pumps: Furnish services of manufacturer's technical representative to inspect equipment installation, supervise initial start-up and operation of the equipment and provide Owner instruction and follow up. 1.3 Submittals The latest edition of the referenced item below shall be used. A. Submittals shall be provided in accordance with Section 01 33 00 "Submittal Procedures" and shall include: 1. Shop Drawings: a. Shop drawings shall be submitted to the Engineer for approval before fabrication or shipment to the job. Equipment shall not be fabricated or shipped to the job before receipt of approved shop drawings from the Engineer. Submittals for approval shall include: (1) Component manufacturing data sheet indicating pertinent data and identifying each component by item number and nomenclature. (2) Component drawing showing dimensions, mounting, and external connection details. (3) A system piping schematic and wiring schematic each on a single drawing with full description of operation. (4) Complete schematic diagram of each piece of electrical and electronic equipment including electrical valves and tolerances for each component. Component identification on the schematic shall be as described above. b. Following approval, the manufacturer shall be responsible for preparation of the required sets of these drawings for distribution as indicated in Division 00 and Division 01 specifications. c. Shop drawings submitted for all equipment furnished under this Section of the specifications, shall be submitted at the same time in the same package. Partial submittals will not be reviewed. 2. Sales bulletins and other general publications are not acceptable as submittals for approval. 3. Operation and Maintenance Manuals: a. Operating instructions shall incorporate a functional description of the entire system including the system schematics which reflect "as -built" modifications. Wiring diagrams shall be furnished as a part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions as specified in Section 26 05 19 "Low - Voltage Electrical Power Conductors and Cables" shall be followed. b. Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. 1.4 Standards A. The applicable provisions of all standards listed in this specification shall apply as if written here in their entirety including but not limited to: 1. American Society for Testing and Materials (ASTM) Standards: ASTM A126 Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings Page 2 of 22 Addendum No. 1 Attachment No. 14 INSTRUMENTATION —40 90 01 October 2016 Technical Specifications for Construction ASTM B61 Specification for Steam and Valve Bronze Castings 1.5 Job Conditions A. Spare Parts: 1. Furnish all standard recommended spare parts as indicated in the Manufacturer's instruction manuals, for each component in the system. 2. Furnish the following non-standard spare parts: a. One of each type of etched or printed circuit board. b. Six indicating lights for each type of control and switch module. c. One box of each different type and size of fuses. d. One servo positioner for each type receiver. B. Special Tools: Furnish a kit which contains special size wrenches and other types of tools, not normally available, which are necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this Section of the specification shall be furnished. PART2 PRODUCTS 2.1 Remote Equipment A. Controls for remote electrically operated or motor driven equipment shall be complete, including the necessary auxiliary relays so as to require only wiring and connections to the equipment control circuit. Contacts for control of remote motor operated or electrically operated equipment shall be rated not less than 10 amperes at 120 volts unless otherwise specified herein. B. Remote motor operated or electrically operated equipment shall have a separate 120 -volt control circuit which operates through the dry contacts provided by the instrumentation system. 2.2 EnclosureslPanels A. Enclosures and panels as indicated on the plans and in this specification shall be furnished, installed, and wired. Enclosures shall be NEMA 4X stainless steel for outdoor environments and NEMA 1 enclosures for indoor environments, unless specifically stated otherwise. 2.3 Tubing A. Instrument tubing shall be Type L hard drawn copper tubing conforming to Fed. Spec. WW - T -799b, and ASTM B88 for seamless copper tubing for use with or flared fittings. Hydraulic connections to instruments shall be made with separable stainless steel Swagelok fittings so that fittings may be separated and reassembled without reworking tubing ends and without incurring any leaks. B. Tubing shall be 1/4 -inch trade size (OD = 0.375 inch, ID = 0.315 inch, wall thickness = 0.030 inch), shall be rated for 810 psi working pressure at 150 F and shall be manufactured by Halstead or approved equal. Flared fittings shall be brass flared fittings as manufactured by Parker or approved equal. 2.4 VenturiFlow Tubes A. Tubes shall be of the pressure differential producing type constructed of cast iron, ASTM A126, Grade B. B. The throat liner shall be constructed of bronze, ASTM B61. C. Uncalibrated accuracy shall be within plus or minus 0.5 percent of actual rate. Head loss shall not exceed 6.0 percent. Page 3 of 22 INSTRUMENTATION —40 90 01 Addendum No. 1 Attachment No. 14 October 2016 Technical Specifications for Construction D. The entrance Section shall consist of the uniform arc of a circle, the radius of which shall be continuous with the throat. E. Provide flanges that match the pipe on which the flow tubes are attached. The flanges shall meet the specifications for the pipe as specified in this document. Determine that the flow tube is compatible with the pipe as indicated on the plans and specifications. F. The metering element shall not have debris collecting cavities or annular chambers, but shall have a single pressure connection at the inlet and throat. In addition, vent ports and drains shall be included on a 90 -degree plane to the metering taps. Brass of 316 stainless steel ball valve type process block valves shall be connected at the high and low meter taps. G. The Manufacturer shall furnish certified data substantiating tube proportions and performance. The data shall include: 1. Coefficient values of tolerance. 2. Effects of upstream configurations. 3. Head loss as a function of the velocity head expended. H. The flow tubes shall be Type PMT as manufactured by the Badger Meter Manufacturing Company, Milwaukee, Wisconsin, or other approved equal with a lab test of uncalibrated accuracy and loss measurement for each of the flow tubes furnished or an exact duplicate of each. 2.5 Insert VenturiFlow Tubes A. Furnish and install concentric low head loss type insert flow tubes complete with head recovery section as indicated on the plans. The upstream entrance section, holding flange, and downstream recovery core section shall be of carbon steel. The throat liner shall be stainless steel and shall include an internal annulus from which the low pressure metering taps shall be made through the holding flange, requiring no drilling or tapping of the pipeline itself. The entrance shall be nozzle type, the radius of which shall be continuous with the throat section. There shall not be any protrusion, sharp -edged annulus, or slot, or other sediment collecting areas exposed to the flow stream. B. High and low pressure ports shall have isolation valves. C. The Manufacturer shall furnish certified data substantiating tube proportions and performance. The data shall include: 1. Coefficient values and tolerance. 2. Effects of upstream configurations. 3. Head loss as a function of the velocity head expended. D. The insert flow tubes shall be Type PMT -IF as manufactured by the Badger Meter Mfg. Company, Milwaukee, Wisconsin, or approved equal. Page 4 of 22 Addendum No. 1 Attachment No. 14 INSTRUMENTATION —40 90 01 October 2016 Technical Specifications for Construction 2.6 Orifice Plates A. Orifice plates shall be 316 stainless steel, concentric bored, with 300 psi forged steel flanges. Orifice shall be bored per ISA recommended practices RP3.2 for puddle type orifice plates. Flanges shall conform to ANSI pressure ratings, threaded type with raised face, and 1/2 -inch NPT pressure taps. Holding rings shall be Type 316 stainless steel. B. Orifice plates shall be Taylor model 7-20, Foxboro or approved equal. ANL -a 2.7 Parshall Flume A. The parshall flume shall be constructed of fiberglass reinforced polyester resin laminate. Throat size shall be 9 inches. The flume shall have accurate internal dimensions conforming to those shown in the latest revisions of United States Department of Agriculture Circular 843. Flume shall be molded in one integral piece containing the approach, throat, and downstream section. B. The inside surface of the flume shall be smooth and free of any irregularities. The flume shall have a minimum 1/4 -inch wall thickness, be self-supporting and require no external supporting structure, and be provided with sufficient flanges, reinforcing ribs, and/or anchoring ribs to prevent distortion during shipment, installation, and operation as well as providing for permanent anchorage in the concrete. C. The one-piece flume shall be ready and suitable for setting in the channel formwork, prior to pouring the concrete or shall be suitable for grouting into place in boxouts provided in the structural concrete. The flume shall be furnished with fiberglass tie strips or aluminum tie rods across the top of the flume to retain the vertical sides during concrete placement. Depending upon configuration, ties can be removed or remain in place after construction and during operation. Unit shall be provided with an integrally cast level sensor mounting track. Mounting track shall be compatible with specified level instrumentation. D. Cook's gelcoat no. 944L181 shall be used to produce a blue flame color. Parshall flume shall be by Badger Meter, Inc., Tulsa, OK or approved equal. 2.8 Palmer Bowlus Flumes A. Palmer-Bowlus flumes for installation in the pipeline channel shall be fiberglass reinforced polyester including an integral approach section. The flume shall have an integral mounting track for an ultrasonic sensor for flowrate measurement in the flume. The inside surface shall be white gelcoat, smooth, and free form irregularities. The outside surface shall be provided with clips suitable for anchoring to concrete. B. [The entrance and exit ends shall be U-shaped and the flume shall have an inside radius the same as the inside radius of the pipeline in which it is installed.] [The entrance and exit ends shall be supplied with end bulkheads to fit into circular channel having a radius the same as the pipeline in which it is installed.] The flume shall be molded of isophthalic polyester resin and fiberglass to form a minimum wall thickness of 3/16 inch throughout (18 size and larger to 1/4 -inch thick minimum). Flume shall be as manufactured by Plasti-Fab, Tualatin, Oregon or approved equal. Page 5 of 22 Addendum No. 1 Attachment No. 14 INSTRUMENTATION —40 90 01 October 2016 Technical Specifications for Construction Tag Size Maxim Laying Length Servic4 Range 2.9 V -Notch Wier Plate A. V -Notch weir plates shall be constructed of the dimensions indicated on the plans and shall be constructed of 1/4 -inch thick 3003-H14 aluminum plate as sold by Reynolds Aluminum Co., Grand Prairie, Texas or approved equal. AIMIZES 1 2.10 Doppler Type Sonic Row Transmitter A. Sonic flow meters shall be of the Doppler type consisting of a sensing element and a transmitter. Transmitter shall be powered by 120 -volt, 60 -Hertz, 1 -phase. Transmitter shall provide for indicating, totalizing, signal strength indication and transmitting of flow rate in a full pipe. The rate indicator shall be a 6 -inch length circular dial with up to 100 divisions reading directly in GPM or MGD. A signal strength meter with separate loss -of -signal indication shall be provided with circuitry to drive all outputs to zero upon loss of signal. The sensor shall be of the twin -crystal type containing a separate transmit and receive device designed to operate continuously at temperatures of 300 F and shall be supplied as a single submersible assembly with jacketed flexible armored cable. The sensing element circuitry shall be solid-state and transformer isolated and designed to meet intrinsic -safe requirements. B. Transmitter shall be housed in a NEMA 4X enclosure with gasketed shatter -proof window for rate indicator and analog signal strength indicator and shall be corrosion resistant. Electronic circuits shall to be Mil -Spec coated with anti -fungus compound. Transmitter shall include a calibration dial and adjustments for sensitivity, span and zero. Housing shall be suitable for wall and pipe stand mounting. Transmitter output shall be 4-20 mA DC in 1000 ohms proportional to flow and optically isolated. C. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightening -produced voltage spikes and other transient surges. D. Linearity shall be within plus or minus 0.5 percent full scale, repeatability shall be within plus or minus 0.1 percent accuracy shall be within plus or minus 2.0 percent full scale. Transmitter shall be able to operate within a temperature range of -10 F to +140 F. E. Sonic flowmeters shall be guaranteed to perform satisfactorily in the application described below or the purchase and removal costs shall be refunded to the Owner in the event of failure. Sonic flowmeters shall be Polysonics Model UFM-84. Page 6 of 22 Addendum No. 1 Attachment No. 14 INSTRUMENTATION —40 90 01 October 2016 Technical Specifications for Construction 2.11 Transit Time Ultrasonic Flow Transmitter A. An ultrasonic flowmeter shall be installed on the piping as indicated on the plans and mounted in accordance with the Manufacturer's recommendations. The flowmeter shall consist of two acoustic sensors, their associated mounting hardware, an electronic transmitter and accessories as required for the installation. The flowmeter shall produce a 4- 20 mA DC signal, linear with the flow in the pipe over the specified flow range. The flowmeter shall be Panametrics DF 868. Mounting of the primary element shall be certified acceptable for seismic qualification as specified in "IEEE Recommended Practice for Seismic Qualification of Class 1E Equipment for Nuclear Power Generating Stations" by an independent laboratory. B. Two flow sensors shall be permanently mounted to the pipe to insure accurate and stable measurement of flow. The sensors shall be positioned in accordance with the Manufacturer's specifications with factory approved methods. Mounting templates and/or fixtures for sensor attachments shall be provided by the manufacturer. C. A junction box shall be mounted on the pipe, and each acoustic sensor shall be connected to this box. The electrical cables between the sensor mounting site and the junction box shall be contained in a flexible, water -tight, submersible electrically -conductive conduit. Wiring between the junction box and the electronic transmitter housing shall be as described in these specifications and all cable and wiring from sensor to flow indicating transmitter shall be in conduit. D. For external non -penetrating sensors, stainless steel mounting bands shall be placed about the pipe circumference to secure the sensor brackets; the mounting bands shall have sufficient strength to maintain accurate sensor position. Positioning of the sensor mounting brackets shall be in accordance with the Manufacturer's specifications. E. The acoustic sensors shall be securely held in the sensor brackets and shall transmit acoustic energy through the (steel, cast iron, plastic) pipe wall for measurement of flow. The transducer design shall not penetrate the pipe wall, reduce or alter the process vessel integrity. Installation or maintenance an the primary element shall not cause process shutdown. Sensor design shall allow for high pressure stream cleaning and/or pig cleaning in the pipe without damage to the sensor. F. The transmitter shall contain all circuitry necessary to utilize signals from the acoustic sensors and shall produce an isolated accurate 4-20 mA DC signal linear with the flow rate. The unit shall be enclosed in a NEMA 4X outdoor housing suitable for wall or pipe mounting remotely for location up to 1000 feet from the primary element. G. Setting of zero and span of the unit shall be easily accomplished and shall be non - interactive. Flow signal response time and damping shall be adjustable. The meter shall be readily re -scaled for different flaw ranges. H. Accuracy shall be unaffected by changes in suspended solids or fluid density for the application range. I. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightning -produced voltage spikes and other transient surges. J. Flow sampling shall be at a minimum rate of 150 samples per second, and the unit shall be able to operate with as few as 2 percent of the samples taken successfully. Unit shall have local indication of signal strength. In the event of prolonged loss of acoustic signaling in the fluid, the unit shall indicate the condition by an internal status light and shall provide for an external alarm connection. During periods of loss of signal the unit shall indicate zero flow. K. The output flow signal from the electronics shall be 4-20 mA DC operating into a maximum of 1000 ohms. The output signal shall indicate true volumetric flow to within plus or minus 2 percent if actual or plus or minus 0.02 fps, whichever is greater. L. A space heater shall be included to maintain the interior temperature of the electronics enclosure above the dew point temperature. M. The unit shall operate with 1171230 -volt (plus or minus 10 percent), 60 -Hz electrical power. Page 7 of 22 INSTRUMENTATION — 40 90 01 Addendum No. 1 Attachment No. 14 October 2016 Technical Specifications for Construction Power requirements shall be less than 250 watts outdoor, with space heater. The unit shall function over an ambient temperature range of -40 F to +150 F (-40 C to +65 C) outdoor. N. External wiring connections shall be made via well -marked terminal blocks. O. The electrical signaling cable shall be supplied by the Flowmeter Manufacturer and shall be installed in an exclusive 1 -inch metallic conduit, electrically continuous from the sensor junction box to the transmitter housing with a conduit drain at the conduit entrance through the flow sensor vault wall as shown in detail on the plans. P. Electronics and circuit boards shall be coated with permanent (not topicalization or anti - fungus coating) clear plastic type coating, Plasite 7122 or equal, to prevent corrosion from hydrogen sulfide, chlorine or moisture. Wiring conductors shall be tinned. Screws shall be stainless steel or plated with nickel. No exposed relay contacts, exposed copper, or exposed brass surfaces shall be allowed. Q. Flow indicating transmitter shall have a totalizer installed which integrates measured flow and displays this total at front face of enclosure. Totalizer shall be resettable by switch inside the enclosure and totalizer display shall be liquid crystal type with six digits, minimum. Totalizer reading shall be retained during power outage. Flow indicating transmitter shall be housed in NEMA 4X enclosure. R. Flowmeters shall be guaranteed to perform satisfactorily in the applications described above or the purchase and removal costs shall be refunded to the Owner in the event of failure. M. 11 2.12 Sonic FlowmeteringlIndicatinglRecording)Totalizing Instrument A. A sonic flowmeteringlrecording instrument shall be installed to measure flow at the flume locations in this project. The unit shall have microprocessor -based electronics, a font panel menu -driven keyboard and shall produce an isolated 4-20 mA DC signal proportional to the flow, which shall be recorded on a 12 -inch circular chart recorder and displayed on an eight digit totalizer after integration. The flowmeter shall be self -compensating for ambient temperature conditions. The flowmeter shall have as standard four relay outputs available for alarm conditions, sampling or pulsing external totalizers. The unit shall be capable of simulating flow without any external devices for verifying outputs and calibrations. Totalizer display shall always be retained after power failure without battery backup by the use of an EEPROM. B. Acoustic Sensor and Mounting Equipment: The acoustic sensor shall be permanently mounted at the measuring site and positioned according to the Manufacturer's approved method. Sensor mounting adaptor shall be supplied by the Manufacturer. The cable from the sensor to the electronics box shall be installed in an exclusive 3/4 -inch rigid aluminum conduit. The sensor shall have built-in temperature compensation to maintain accuracy. The sensor shall be capable of an indefinite submergence of 30 feet without degradation. The sensor shall function over an ambient temperature of -20 F to +160 F. C. Transmitter Specifications: The transmitter shall contain all necessary circuitry and built in H/Q relationship for Parshall Flumes, Palmer-Bowlus Flumes and V -Notch Weirs to utilize the signal from the acoustic sensor and shall produce an accurate 4-20 mA DC flow signal. An RS -232 serial port connection shall be provided for computer interface for real-time communications. The transmitter shall be supplied with an LCD indicator to display flow rate and flow total and their respective flow units and multipliers. The display shall indicate if there is a fault or an alarm condition. The transmitter shall also produce four relay output connections for external alarms, sampling or pulse output to drive remote totalizer. The unit Page 8 of 22 INSTRUMENTATION —40 90 01 Addendum No. 1 Attachment No. 14 October 2016 Technical Specifications for Construction shall function over an ambient temperature range of -40 F to +150 F. Totalizer shall be such that display x 1000 = gallons. D. Recorder: none. E. Unit shall be Panametrics DI 868. Service Range 2.13 Electromagnetic Flow Transmitter A. Flow element shall be of the electromagnetic type utilizing the pulsed DC type coil excitation principle with high preamp input impedance. The flow measuring system, consisting of low element, transmitter, and appurtenances, shall have an overall accuracy of plus or minus 1 percent of rate with a 10:1 turndown for all flows resulting from pipe velocities of 1 to 31 fps. Stream fluid meter size and flow range shall be as noted. System shall operate a 120 -volt (plus or minus 10 percent), 60 -Hz power. Unit shall have zero stability feature thereby eliminating the need to stop flow to check zero alignment. B. The flow element shall be of water -tight, NEMA 4 construction, unless otherwise noted. Meter shall consist of a 304SS meter tub, 150 pound ANSI carbon steel raised -face flanges, teflon liner, and 316SS electrodes, unless otherwise noted. Electrodes shall be either flush or bullet nose type. Suitable covers shall be provided for flow elements ends to protect the tube liner during shipment. Liners for magnetic flowmeters shall be neoprene. C. Remote flow transmitter shall be indicating and suitable for wall mounting. The transmitter output shall be a 4-20 mA DC signal in linear proportion to flow and shall dive loads with impedances in the range of 0 to 800 ohms without load adjustments for a 24-VDC supply. Output span and zero shall be manually adjustable. Both transmitter and primary element shall be powered from the same 120 -volt, 60 -Hz source. D. Sufficient special cable shall be provided for interconnection between the flow element and the transmitter. Cable(s) shall facilitate both signal and power for the flow element (120 -volt, 60 -Hz power will be made available at the transmitter). Special cables shall be installed in conduit. E. Electromagnetic flowmeters shall be Toshiba or approved equal. MillrlITTIMN Range me Size a Description Service F. Stream Description: 1. Primary Sludge: Heavy organic solids in aqueous suspension, 3 to 5 percent by weight, some organic grease, occasional carbon fines and grit, 40 to 70 F. 2. Activated Sludge: Light filamentous organic solids in aqueous suspension, 2 to 3 percent by weight, 40 to 70 F. Page 9 of 22 Addendum No. 1 Attachment No. 14 INSTRUMENTATION —40 90 01 October 2016 Technical Specifications for Construction 2.14 Differential Pressure Flow Transmitter A. Flow transmitters shall be of the thin film strain gage, solid state electronic type having a 4- 20 mA DC output signal proportional to the calibrated differential pressure range. The transmitter shall have wetted parts of 316 stainless steel and a Hastelloy C diaphragm. The transmitters shall have a hermetically sealed enclosure with externally adjustable span and zero, and an accuracy of plus or minus 0.25 percent of span. Transmitter mounting bracket shall be furnished. B. Transmitters shall be Rosemount 3051 Series, or approved equal. Each transmitter shall include an integrally mounted transient protector, Gould Model TP -114, or approved equal, to protect the instrument against lightning -produced voltage spikes and other transient surges. Each transmitter shall be furnished with a 316 stainless steel service block and zeroing manifold with Normal, Zero, Blocked, Calibrated and Blowdown functions, Rosemount 3051, or approved equal. 2.15 Filter Loss of Head Transmitters A. Filter loss of head transmitters shall be of the thin film strain gage, solid state electronic type having a 4-20 mA DC output signal proportional to the calibrated differential pressure range. The transmitters shall have wetted parts of 316 stainless steel and a Hastelloy C diaphragm. The transmitters shall have an adjustable span and zero, an integral junction box with an output meter reading of 0-100 percent, a 316 stainless steel three-valve manifold, and an accuracy of plus or minus 0.25 percent of span. Each transmitter shall be provided with a sediment trap and strainer. B. Transmitters shall be Rosemount 3051, or approved equal. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightning -produced voltage spikes and other transient surges. Each transmitter shall be furnished with a 316 stainless steel service block and zeroing manifold with Normal, Zero, Blocked, Calibrate, and Blowdown functions. Transmitters shall be as follows: 2.16 Pressure Transmitter A. Pressure transmitter shall be of the thin film strain gauge solid state electronic type having a 4-20 mA DC output signal proportional to the calibrated pressure range. The transmitter shall have 316 stainless steel wetted parts and Hastelloy C diaphragm. The transmitters shall have a hermetically sealed enclosure with externally adjustable span and zero, an integral junction box and an accuracy of 0.25 percent of span. B. Range limits of transmitter shall be 0-40 to 0-200 psi. Each transmitter shall include an integrally or externally mounted transient protector to protect the instrument against lightning produced voltage spikes and other transient surges. Each transmitter shall be furnished with a three-valve manifold with Normal, Zero, Block, Calibrate and Blowdown functions and shall be D/A PTM6 or approved equal. Transmitter shall be Rosemount 3051. Page 10 of 22 Addendum No. 1 Attachment No. 14 INSTRUMENTATION —40 90 01 October 2016 Technical Specifications for Construction 7 Tag Service 2.17 Float Type Level Transmitters A. Transmitters shall be of the solid-state electronic type having a 4-20 mA DC output signal proportional to the measured level. Transmitters shall have a 6 -inch copper float and stainless steel tape. Transmitters shall have an indicator reading 0-10 linear. Transmitters shall be furnished with a weatherproof enclosure and pulley cover for outdoor service. Transmitter shall be Bristol Series 2008, or approved equal. ANL 2.18 Tape Level Transmitter A. Furnish and install a purely resistive type level sensor, Metritape Type LS -NC or equal, at the location indicated on the plans. Sensor shall be a resistance shorting type of 30.5 ohm/ft. resistance with a nominal actuation sensitivity of 0.2 psi. Sensor shall be installed in a 2 -inch Schedule 80 perforated PVC still pipe having an 8 -by -8 -by -6 -inch PVC top housing including a breather assembly and a plug-in compact 2 -wire transmitter Series 710 convert sensor resistance into a linear 4-20 mA output signal. The level measuring system shall be as manufactured by Metritape, Inc. P.O. Box 23266, Littleton, MA 01460, or approved equal. ni 1. 2.19 Ultrasonic Level Transmitter A. Unit shall be ultrasonic type, continuous level measuring system consisting of level element, transmitter, and cable for connection from level element to transmitter. B. Level element shall be ultrasonic type transducer. Transducer shall be of water -proof construction rated NEMA 4X with operating range of -10 to +120 F at 1 atmosphere. Transducer shall be furnished with 1 -inch NPT nipple for mounting. C. Transmitter shall contain solid state controls to operate transducer and to provide a 4-20 mA DC output signal in linear proportion to the level being sensed. Transmitter shall be provided with output indicator meter and shall have an operating range of 30 to 120 F. Transmitter scale range shall be as noted. Transmitter shall be mounted in a NEMA 4X enclosure, suitable for wall mounting. D. Level system shall have an overall accuracy of plus or minus 0.5 percent of full scale and shall operate on 12 -volt, 50/60 -Hz power. E. Transmitter shall provide up to three discrete outputs, adjustable over the entire scale range. Page 11 of 22 INSTRUMENTATION —40 90 01 Addendum No. 1 Attachment No. 14 October 2016 Technical Specifications for Construction At the noted set point, unit shall transfer SPDT contacts which shall be rated for 5 amperes, continuous, at 120 VAC. Set points shall be screwdriver adjustable from inside the enclosure and shall be repeatable within plus or minus 1 percent of full scale. F. Interconnecting cable between transducer and transmitter shall be furnished with the unit with length as indicated. G. Unit shall be Drexelbrook Usonic R or approved equal. a II 2.20 Transducer Level Transmitter A. Level transmitter shall be Drexelbrook Usonic R, submersible level transducer type and shall consist of three elements: the lower assembly, the connecting cable, and the upper assembly. B. The lower assembly shall have a 316 stainless steel housing and a head pressure sensing bottom teflon -faced diaphragm with an internal, variable capacitance gauge pressure transducer assembly. C. The connecting cable between the upper and lower assemblies shall have a 1/2 -inch O.D. polyurethane jacket, a three conductor shielded 16 AWG cable and an integral breather tube which is part of the vital sealed breathing system. D. The upper assembly houses the system signal conditioning and transient protective electronics, job connections terminal block and the expansion bag of the sealed breathing system. The housing shall be a fiberglass housing within a sheet aluminum enclosure. The aluminum outer enclosure is described below. The fiberglass enclosure shall have a rubber gasketed front door with stainless steel hinge and a labyrinth seal vent on the side such that atmospheric pressure has access to the expansion bag of the sealed breathing system. E. The upper assembly electronics shall be loop powered from a separate loop power supply and shall provide a 4-20 mA DC level signal output. Accuracy shall be plus or minus 0.3 percent of span and operating temperature range shall be 0 to plus or minus 70 C. Transmitter shall be factory calibrated for feet of water and shall be Consolidated Electric Model 157 GSCD with 1/8 -inch diameter, 7 by 19 stainless steel cable and 1 -inch stainless steel pipe with coupling, bolt, cable clamps and other hardware as necessary for cable suspension mounting, Consolidated Electric Part Nos. 601203-01-A and 801594-01. F. The level transmitter shall be pedestal mounted. The pedestal mounting consists of a hollow cast aluminum base with removable door, a 4 -inch aluminum pipe thread into the base and a cast aluminum slip fitter which is the attachment point for the sheet aluminum enclosure. The sheet aluminum enclosure shall be ventilated through openings. A thermostatically operated 120 -VAC ventilation fan shall provide forced air cooling. A thermostatically operated enclosure heater shall warm the enclosure interior in cold weather. G. Pedestal mounting components shall be as follows: Cast Aluminum Base 4" Aluminum Pi se 24" Lon• Sli •-fitter Ventilation Fan Hennessy P (Chambersburg, PA) 231649 231652 231644 230220 H. Enclosure heater shall be 200W, thermostatically controlled and shall be Hoffman Page 12 of 22 INSTRUMENTATION —40 90 01 Addendum No. 1 Attachment No. 14 October 2016 Technical Specifications for Construction Engineering Company (Anoka, MN) A-DAH2001 FT. Enclosure shall be made of 5052-H32 sheet aluminum alloy which is 0.125 inch thick. Enclosure shall be large enough to house instrument(s) in each case but shall be 30 inches high by 24 inches wide by 8 inches deep as a minimum. Enclosure shall be by Hennessy Products, Chambersburg, PA. 2.21 RTD Transmitter A. Transmitter shall accept an input from a 100 -ohm platinum two or three wire RTD. Temperature measurement range shall be selectable with a DIP (dual inline package) switch. Transmitter shall produce a 4-20 mA DC output input and be powered by an external power supply. Unit shall be capable of measuring and transmitting temperatures over the range 0 to 1000 F. A 3-1/2 digit, 0.8 -inch high liquid crystal display (LCD) shall provide visibility up to 30 feet and the decimal point position shall switch selectable. Unit shall provide 80 percent zero and span adjustability within any user selected input range. B. In addition, the enclosure shall be rated NEMA 4 and the NEMA 4 rating shall not void the explosion -proof ratings. Transmitter shall be Action Instruments F513 or approved equal. mIMm i 2.22 Indicating/Circular Chart/Recording/Totalizing Treatment A. None: all recording shall be implemented in SCADA. 2.23 Indicating Strip Chart Recorders A. None: all recording shall be implemented in SCADA. Note to Specifier: Revise for each project. Service Scale Alarms 2.24 Indicating/Totalizing Strip Chart Recorders A. None: all recording shall be implemented in SCADA. Page 13 of 22 Addendum No. 1 Attachment No. 14 INSTRUMENTATION —40 90 01 October 2016 Technical Specifications for Construction 2.25 Integrators A. None: all integrating shall be implemented in SCADA. 2.26 Totalizers A. None: all totalizing shall be implemented in SCADA. 2.27 Process Indicators A. Indicating receivers shall be of the high visibility type and shall receive and indicate a 4-20 mA DC signal on a vertical scale 4 inches long with an accuracy of plus or minus 0.6 percent of span. Each indicator shall have an engraved nameplate to identify the service. Indicators shall be Red Lion Model LD, or approved equal. Adjustable alarm contacts shall be furnished as tabulated below: 2.28 Current Loop Isolators A. Current isolators shall accept an input of 4-20 mA DC and produce a linearly proportional 4- 20 mA DC output signal. Accuracy shall be plus or minus 0.1 percent of scale. Isolators shall operate on 115 VAC, 60 Hz. Output load capability shall be a minimum of 1500 ohms. Current isolators shall be Acromag Model 816, or approved equal. Jai J 1 2.29 Current Alarm Modules A. None: all alarming shall be implemented in SCADA. 2.30 Track and Hold Modules A. None: implemented in SCADA. 2.31 Square Root Extractors A. None: implemented in SCADA. 2.32 Instrument Panel A. Furnish and install the instrumentation panel at the location indicated. The Cabinet shall be made of 14 gauge steel with an 11 gauge mounting panel inside. Dimensions of the cabinet shall be 70.87 inches high by 31.50 inches wide x 15.75 inches deep. Cabinet shall have a hinged front door and shall be Hoffman or approved equal. Page 14 of 22 INSTRUMENTATION —40 90 01 Addendum No. 1 Attachment No. 14 October 2016 Technical Specifications for Construction B. The front door mounted instruments shall be as indicated. In addition, this cabinet shall contain backplane mounted instruments and equipment. Instruments and equipment which are not indicated to be mounted on the front door by the plans shall be mounted on the backplane of the instrument panel. C. Relays contained in this cabinet shall be 3PDT, shall have 120 -VAC coils, shall each have a pilot light indicating energized coil, and shall each be mounted in a plug in socket with relay retainer clip and screw terminals. Relays shall be Square D KU13M1P14 or approved equal. The instrumentation panel shall contain _ relays. D. Timing relays in the instrument panel shall be "on delay" type relays and shall be settable with range selector switch and three thumbwheel switches. Timing relays shall be for 120 - VAC operation and shall be Square D JCK60V20 with screw terminal mounting socket and restraining strap. The instrumentation panel shall contain _ timing relays. E. Indicating lamps on the front door shall be rated NEMA 4X, shall have a LED cluster type of lamp, operated on 120 -VAC and shall be push to test. Indicating lamps shall be Square D SKT38LAA31 or approved equal. The instrumentation panel shall contain _ indicating lamps. F. Pushbuttons and rotary switches shall be Square D Class 9001 or approved equal. The instrumentation panel shall contain _ pushbutton switches and _ rotary switches. G. Instrument panel wiring shall be as follows: 1 Single conductor wire shall be stranded, tinned 18 AWG and TEW insulation, as manufactured by American Insulated Wire or approved equal. Color coding shall be purple for ungrounded conductors and white for grounded conductors. 2. Pair shielded cable for 4-20 mA DC loops shall be as specified in Section 26 05 19 "Low - Voltage Electrical Power Conductors and Cables." 3. Each conductor terminated under a screw head shall have a crimp on spade terminal applied to its end prior to its termination. 4. Each conductor has its own number and no number is used more than once. 5. The number of each wire is placed at both ends of the wire next to its end according to wire tagging instructions as specified in Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables." 6. The wire numbers, as actually installed, match the numbers on the shop drawings, O&M manuals and wiring diagrams for this instrument panel. 7. Wiring shall be run enclosed in plastic wireway wherever possible. Wireways shall be installed as required to enclose panel wiring. Where the use of plastic wireway is not practical, conductors shall be bundled and run open. Conductors run open shall be bundled and bound at regular intervals not to exceed 6 inches with nylon ties, or approved equal. Wires within a bundle are to be run parallel to one another and not twisted. Bundles shall have a uniform appearance, circular cross-section, and shall be securely fastened to the panel framework. Conductors carrying different voltages that are from the same source may occupy the same wireway provided all are insulated for the maximum voltage of any conductor in the wireway. Wiring carrying voltages that originate at different source shall not run in the same wireway. 8. Terminal strips shall be installed for wire terminations and shall be Allen-Bradley 1492 H1. Each terminal strip shall have hinged marking surfaces which snap on. These marking surfaces shall have typewritten labels glued to its surfaces with Elmer's Glue All. Typewritten labels shall denote terminal strip numbers and shall match numbers shown on shop drawings, O&M manuals and wiring diagrams. Marking surfaces shall be Allen- Bradley 1492-N41 and labels shall be Allen-Bradley 1492-N43. Inputs to SCADA RTU shall be brought to terminal strips in the instrument panel in for connection to the SCADA RTU which shall be by others in the future. H. Provide a specification grade single pole toggle switch, P&S 501-1 or approved equal, and a Page 15 of 22 Addendum No. 1 Attachment No. 14 INSTRUMENTATION —40 90 01 October 2016 Technical Specifications for Construction general purpose fuse, Gould Shawmut OTM or approved equal, with fuse holder for control power control inside the instrument panel. Fuse rating shall be adequate to power all instrument panel loads but shall not be greater than 10 amps. I. A print pocket shall be provided in the panel and shall contain an 11 x 17 control schematic and an 11 x 17 wiring diagram or diagrams. The wiring diagram shall contain all wire numbers, device names and terminal numbers. Drawings shall be laminated in clear plastic for preservation of the drawings. 2.33 Flow Controllers A. None: implemented in SCADA. 2.34 Level Controller A. None: implemented in SCADA. 2.35 Process Controller A. None: implemented in SCADA. 2.36 Annunciator A. The annunciator shall be a 24 -point solid state annunciator, Panalarm Model 73B64, or approved equal. Cards shall be provided for all windows plus five spares. Controls shall include warble tone horn, Test and Acknowledge pushbuttons. A remote warble tone horn shall be installed in the as indicated by the plans. The remote horn shall operate in time sequence with the local horn. Window labels shall be in Capital Letters and worded as indicated on the plans. 2.37 Turbidity Analyzer A. Instruments shall be a continuous reading low range nephelometer, utilizing a light beam passed through a water sample to measure the amount of light scattered by the turbidity particles. Each instrument shall consist of an instrument body and master indicator. The master indicator shall be of the indicating type with ranges of 0 to 0.1, 0 to 0.3, 0 to 1, 0 to 3, 0 to 10, 0 to 30, 0 to 100, 0 to 300, and 0 to 1000 NTU. Master indicator output shall be 4-20 mA DC. Turbidimeters shall be Hach Surface Scatter 6. B. There shall be furnished to the Owner one screw-in vial, grab sample curvette, light shield, spare lamp and fuse and accessory case, standard 0.12 NTU. 2.38 Chlorine Residual Analyzer/Recorders A. The chlorine analyzer equipment shall be Hach Model CL17, or approved equal. The analyzer equipment shall include a submersible sensor probe, complete with agitator, with sufficient interconnecting power and signal cable to connect to the analyzer. The analyzer and the agitator shall operate on _ V, 60 -Hz power. The analyzer shall be enclosed in NEMA 4X enclosures with wall mounting hardware. The analyzer and sensor probe shall be installed as indicated. B. The residual chlorine shall be indicated on a mirrored scale front panel meter, having three switch selectable ranges of 0 to 1, 0 to 5, and 0 to 10 ppm. Alarm status shall be displayed by LED indicators. The accuracy shall be plus or minus 1 percent. Temperature compensation shall be automatic from 0 to 50 C. The analyzer shall provide output of 4-20 mA DC and 0-1 mA DC. The 0-1 mA DC output shall be used to position the recorder needle. The 4-20 mA DC output shall be used as a residual level input as indicated. Page 16 of 22 INSTRUMENTATION —40 90 01 Addendum No. 1 Attachment No. 14 October 2016 Technical Specifications for Construction 7 Tag Service 2.39 Sulfite Ion Residual Analyzer A. Each sulfite ion analyzer shall provide a direct measurement of the sulfite ion concentration in a water sample. The analyzer system shall be comprised of a monitor, a flowcell assembly and a sulfite sensor. The analyzer monitor shall come complete with a direct reading digital LED display, two adjustable alarms with relays, an isolated 4-20 mA DC output and flashing LED indicating low sulfite ion level. The monitor shall be capable of being wall -mounted. B. The sulfite sensor shall be a voltametric membraned sensor, composed of polarized noble metal electrodes immersed in an electrolyte. The sensor shall be isolated from the waste stream by a ion permeable membrane. The sensor shall not require reagents for operation and shall not be affected by other constituents normally found in dechlorinated effluent streams. C. The sulfite ion sensor shall be placed into a flowcell assembly which shall automatically regulate the sample flowrate and pressure past the sensor. The assembly shall consist of a constant head overflow tube and a clear sensor flow chamber. A 1/4 -inch hose bib shall be provided for the sample inlet and a 3/8 -inch hose bib shall be provided for the drain connection. D. The sulfite ion analyzer system shall have measurement range of 0 to 19.99 ppm sulfite ion concentration as a positive display and a 0 to 1.99 ppm chlorine concentration as a negative display. The chlorine indication shall be for relative value only. The analog output shall be an isolated 4-20 mA signal and shall correspond to a selectable output range of either 0 to 1, 0 to 2, 0 to 3, 0 to 5, 0 to 10, or 0 to 20 ppm sulfite ion concentration. The accuracy shall be plus or minus 2 percent or 0.05 ppm sulfite ion concentration with a repeatability of plus or minus 1 percent or .05 ppm sulfite ion concentration. The analyzer shall operate on a 10 to 30 gph sample flow rate. E. The analyzer shall have high and low alarm setpoints with auxiliary relays and an independent zero crossover relay to indicate the presence of residual chlorine. The relays shall be SPDT rated at 3 A at 110 -VAC resistive. The analyzer shall operate on 110 -VAC, 50160 -Hertz power supply and shall be housed in a NEMA 4X ABS enclosure. F. Two sensors and a 25 -foot cable shall be provided with each unit. An accessory polarizer shall be supplied with each unit to maintain the spare sensors ready for immediate use. G. The sulfite ion residual analyzer monitor shall be as manufactured by Hach, or approved equal. Tag lir Service 2.40 Sample Pumps A. Sample pumps shall be provided to pump liquid from the sample points to the Chlorine Residual and Sulfate Ion Analyzers. B. The submersible well pumps shall be multi -stage turbine type pumps of sufficient number of stages to produce the required pumping capacity at the required head. The impellers shall Page 17 of 22 Addendum No. 1 Attachment No. 14 INSTRUMENTATION —40 90 01 October 2016 Technical Specifications for Construction be Noryl and shall be statically and dynamically balanced on a stainless steel shaft. The pump shall be designed to handle momentary upthrust; however, pump selection will be made so it eliminates continuous upthrust condition. The submersible pumps shall Grunfos SQ series, or approved equal. C. Operating conditions for the well pump are as follows: Operating Point 1 20 GPM at 80 ft. TDH Operating Point 2 15 GPM at 125 ft. TDH Minimum Pipe Column Size* 12" *Diameter of pipe in which pump is to be installed. D. The pump end shall be direct coupled to a fully enclosed, liquid filled, full voltage starting, electrical submersible motor. The motor shall operate at 460 volts, 3 phase, 60 Hertz, 3600 rpm and be rated for continuous operation. The motor shall be of sufficient horsepower that the nameplate rating is not exceeded at any point on the pump characteristic curves, throughout the operating range of the pump furnished, including shut-off. The motor shall be equipped with a bearing assembly sufficiently large to carry the downthrust developed by the pump and water column during continuous service. E. The motor provided shall be filled with oil, glycerin or other approved fluid and shall incorporate an appropriate mechanical, or mercury seal to preclude the entrance of water. There shall be furnished under these specifications a sufficient amount of power cable of proper size and voltage to reach from the motor to a point not less than 10 feet above the surface. The cable shall be protected with a steel guard where it passes the bowl assembly to prevent damage from contact with the well casing and it shall be supported on the column pipe by suitable non -corrosive means at intervals not exceeding 15 feet. sample Point Analyzer (Pump Location) 2.41 Suspended Solids Analyzer A. The suspended solids meter shall consist of an infrared measuring probe and a separate electronic transmitter. Suspended solids shall be measured using a four -beam infrared transmission system which is unaffected by or compensated for contamination, temperature, or sensor aging. B. The measuring probe shall have no moving parts, and shall be constructed of rugged materials capable of continuous operation in the process material within the specified environmental limits of the process. The measuring probe shall be designed for mounting for submersible installation in a basin, tank, or channel, or for insertion through a 2 -inch ball valve into a pipeline. The measuring range of the measuring probe shall be in accordance with the manufacturer's specifications. C. The electronics unit shall provide a digital display which can be selected to show the output percentage, output current, probe signal level, power condition, and alarm levels. The electronics unit shall provide an isolated 4-20 mA DC output signal to drive 900 ohms maximum. The unit shall be calibrated by span and zero potentiometers. One high and one low limit alarm contact shall be provided (each adjustable over the full range by a potentiometer) with indicators showing when either is activated. One alarm contact shall be provided to indicate a full depletion condition, with an indicator showing when it is activated. Page 18 of 22 INSTRUMENTATION —40 90 01 Addendum No. 1 Attachment No. 14 October 2016 Technical Specifications for Construction The alarm contacts shall be rated at 3.5-A, 120 -VAC general use; 2.5-A, 240 -VAC general use; 5-A,30-VDC resistive, 5 -A,240 -VAC resistive. D. The electronic transmitter shall be housed in a NEMA 4X enclosure. A 25 -foot cable, with quick -connect plug shall connect the measuring probe to the electronics unit. The unit shall operate over an ambient temperature range of -20 C to 55 C and shall be corrosion resistant. E. The suspended solids meter shall be as manufactured by Hach. The unit shall come complete with probe and necessary hardware for mounting it. Tag Probe Model No. Rang Service 1111 2.42 Sludge Blanket Level Detectors A. The solids level detector shall provide a continuous measurement of the depth of a liquid - solids interface in gravity or flotational separation systems. The system shall be of the ultrasonic type, and shall not require the transducer to come in contact with the interface. The system shall be capable of monitoring interfaces continuously 2 to 19 feet from the sensor with a resolution of 0.1 foot. B. The system shall consist of an analyzer and a swing bracket holding the sensor and transceiver. The analyzer shall be housed in a NEMA 4X lockable enclosure with brackets for wall or handrail mounting. The analyzer shall have a digital display and shall provide the following functions: 1. Run or operate mode. 2. Test mode. 3. Program mode. 4. Set point program mode. 5. Tank depth mode. 6. Self -diagnostics. C. The analyzer shall have a 4-20 mA DC isolated output scalable to all or any portion of the operating range. It shall also have four individually programmable SPDT relays at 7 amperes at 120 VAC. The analyzer shall also provide test outputs of 4 and 20 milliamperes. D. The swing bracket assembly holding the sensor/analyzer assembly shall be capable of being located as far as 200 feet from the analyzer and be complete with the necessary length of connecting cable. The system shall be Royce Model 2500 with Model 25 bracket assembly. 1• I Page 19 of 22 INSTRUMENTATION —40 90 01 Addendum No. 1 Attachment No. 14 October 2016 Technical Specifications for Construction 2.43 Dissolved Oxygen Analyzers A. Furnish and install where indicated a complete dissolved oxygen monitoring system. The primary sensing device for the dissolved oxygen level shall be a galvanic, membrane type oxygen probe mounted as indicated on the plans and operated in conjunction with a dissolved oxygen analyzer. The complete system shall be as manufactured by Hach, or approved equal. B. The dissolved oxygen analyzer shall be dual range, manually selectable 0 to 15 or 0 to 3 mg/L, with a temperature range of 0 to 50 C. The output of the analyzer shall be a 4-20 mA DC signal and shall not output a temperature signal when the unit is switched to read temperature on the meter. The analyzer shall be mounted in a NEMA 4X enclosure and furnished with the necessary hardware for handrail mounting. The unit shall operate a 115- V, 60 -Hz power. Analyzers shall be as follows: 2.44 Oxygen Analyzers A. Dissolved oxygen analyzer shall measure dissolved oxygen at the locations where they are installed and shall have two scales, a 0 to 3 ppm scale and a 0 to 12 ppm scale. The analyzer enclosure shall be made of styrene and shall be rated NEMA 4X. The analyzer shall provide a 4-20 mA DC output signal which shall represent the dissolved oxygen value currently sensed by the analyzer. The analyzer shall operate over a temperature range of - 30 to +50 C with 0 to 100 percent relative humidity. Analyzer display shall be 4 -1/2 -inch dual scaled meter and unit shall be capable of functioning with sensor to analyzer distance of 600 feet. In addition, the analyzer shall meet the following performance standards as a minimum: Sensitivity 0.05% of span Stability 0.05% of span per C ambient temperature change Non -Linearity 0.1 % of span Repeatability 0.05% of span or better Temperature Drift Zero: 0.002% of span/ C, Span: 0.009% of span/ C Response Time 3 seconds to 99% of value upon step change Maximum of dimensions of analyzer shall be 13" x 10" x 7" B. Provide a self-cleaning, automatically temperature compensated submersion type sensor which uses two dissimilar metals as electrodes. Sensor electrodes shall continually be cleaned by a motor operated rotating whetstone and electrode materials shall be iron and silver. Membrane/electrolyte type sensor or sensors operating on a different principle shall not be accepted. C. Dissolved oxygen analyzer shall be as manufactured by Hach or approved equal. Page 20 of 22 Addendum No. 1 Attachment No. 14 INSTRUMENTATION —40 90 01 October 2016 Technical Specifications for Construction 2.45 PH/Orp Analyzers A. PH/ORP analyzers shall provide PH measurements of 0 to 14 and ORP measurements of - 2000 to 2000 MV. Unit shall provide single or two point automated calibration and automatic recognition of pre -selected buffer valves. Unit shall provide diagnostic error messages for identification of abnormal conditions, shall have a 4-1/2 digit liquid crystal display (LCD) and be mounted in a NEMA 4X enclosure. Provide a 24-VDC power supply to supply instrument power and 4-20 mA DC loop power. Unit shall act as two -wire 4-20 mA DC transmitter to transmit PH or ORP values to remote locations. In addition, the analyzer shall meet the following performance standards as a minimum: Sensitivity 0.05% of span Stability 0.05% of span per 24 hrs., non -cumulative Non -linearity 0.05% of span Repeatability 0.05% of span or better Temperature DriftZero: 0.01% of span per C, Span: 0.01% of span per C Response Time 1 second to 90% of value upon step change B. Provide sensor rated for -5 to +60 C operation and for insertion into liquid filled, pressurized process line without interrupting flow. Analyzer shall be Great Lakes Instruments Model 692 with 2070R0 probe or approved equal. Power supply shall be as manufactured by Hach or approved equal. 1 PART 3 EXECUTION 3.1 Installation A. Wire each device requiring power so that when wires are removed from any one device, power is not be disrupted to any other device. Ground the case of each device either by mounting directly on a steel frame or by a third wire. 3.2 Field Quality Control A. The supervisory service of a factory -trained service engineer who is specifically trained on the type of equipment herein specified shall be provided during construction to assist the Contractor in the location of sleeves; methods of installing conduit and special cable; mounting, piping, and wiring one of each type of device, and the methods of protecting all of the equipment prior to placing it into service. Upon completion of the installation, the services of the above service engineer shall be provided for calibration and startup of the equipment and for instructing the operating personnel. The Manufacturer shall provide sufficient service to place the system in satisfactory operation. B. Upon completion of installation of sample pumps, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. C. Check out and calibrate the system upon completion of the installation. Page 21 of 22 INSTRUMENTATION —40 90 01 Addendum No. 1 Attachment No. 14 October 2016 Technical Specifications for Construction D. Prior to the Owner turning on any form of energy to the system, the Contractor shall provide the Engineer with a certified statement of approval of the installation including his supplier's authorization for turning on energy to the system. END OF SECTION Page 22 of 22 INSTRUMENTATION — oil 90 01 Addendum No. 1 Attachment No. 14 ATTACHMENT 15 October 2016 Technical Specifications for Construction SECTION 40 90 02 SUPERVISORY CONTROL AND DATE ACQUISITION (SCADA) SYSTEM PART 1 GENERAL 1.1 Work Included A. The Work involved under this Contract consists of the furnishing of all materials, tools, equipment, transportation, services and all labor and superintendence necessary for the installation of a Programmable Logic Controller (PLC) based Supervisory Control and Data Acquisition System (SCADA). The SCADA System shall be comprised of a PLC -based facility control system. The system shall be provided complete with cabinets suitable for the environment and associated electronic subsystems necessary to meet the functional requirements of this Section. The equipment proposed by the Contractor shall not be a prototype, but shall be part of a standard off -shelf configurable system readily available in the market place and have design specifications, engineering drawings and parts lists immediately available. B. Contractor shall be responsible for the procurement, installation, integration, testing and commissioning of all equipment, programming, configuration and any and all other labor and materials required necessary to deliver to the Owner a complete and fully functional SCADA system as described in this Specification. 1.2 Quality Assurance A. Acceptable Manufacturers: 1 Equipment shall comply with the Contract Documents and shall be produced by one of the following manufacturers: a. PLC/Network Equipment: (1) Rockwell Automation (Allen-Bradley) CompactLogix or ControlLogix (sole -source) b. Uninterruptible Power Supply: (1) APC. (Sole -source). c. Personal Computers: (1) Dell (Sole -source). d. Printers: (1) Hewlett Packard (Sole -source) e. PC Interface Software: (1) Rockwell Automation (Allen-Bradley) FactoryTalk (sole -source) (2) Rockwell Automation (Allen-Bradley) RSLogix (sole -source) f. Network Devices (1) Moxa (Preferred) (2) Phoenix Contact (3) Rockwell Automation / Allen-Bradley (4) Schweitzer Engineering Laboratories, Inc. (SEL) (Motor Protection System only) (5) Approved equal B. Qualifications: 1. The Process Control System Supplier (PCSS) shall be regularly engaged in the design, installation and maintenance of PLC based control systems. PCSS must submit documentation listed in Section 1.02.5 below that verifies and demonstrates the following minimum qualifications: a. Organization Facilities and Business Viability Page 1 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction b. Have Been in business for a minimum of five (5) years. c. Maintain adequate appropriate insurance d. Maintain a permanent, fully staffed and equipped service facility capable of designing, fabricating, installing, calibrating, programming, and testing of the products and systems. e. Have adequate financial resources to successfully execute projects. f. Have employee safety training program. 2. Organization and Personnel Experience a. Have experience in the Water and Waste Water industry. b. Successfully completed at least three (3) projects of $250,000.00 in scope and containing 350 I/O points in the last five (5) years. c. Employ at least one (1) full time licensed and registered Professional Engineer (P.E.). d. Employ full time degreed engineers from ABET accredited universities that have: (1) A minimum of five (5) years of experience working on projects and systems of similar size and scope. (2) Completed at least two (2) projects utilizing Plant PAX from Rockwell Automation (3) Has communications networking experience. (4) Has Rockwell certification. (5) Experience with the following software: (6) FactoryTalk ME (7) FactoryTalk SE (8) FactoryTalk Historian (9) RSLogix 5000 (10) RSLogix 500 e. Experience with the following hardware: (1) Rockwell Automation/Allen-Bradley ControlLogix family of PLC (2) Rockwell Automation/Allen-Bradley CompactLogix family of PLC (3) Rockwell Automation/Allen-Bradley Flexl/D (4) MOXA network hardware. f. Employ personnel within two hundred (200) miles of the project capable of providing on-site response within four (4) hours. Be an authorized Allen-Bradley/Rockwell Systems Integrator Contractor, Solutions Provider. g - h. Employ a PMI or PMP certified project manager. 3. Quality Assurance a. Have a Quality Assurance/Quality Control program, process or certification. b. Maintain an ISA association c. Provide a warranty for all contract work, including a minimum of one (1) year on all provided hardware and one (1) year on all application programming. d. Have a proven history of executing on-going maintenance service contracts or warranty work. e. Maintain a certified UL -508 control panel facility. f. Active members of the Control System Integrators Association (CSIA). Page 2 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction C. PCSS shall submit three (3) hard copies along with an electronic copy of the Qualification Documentation to the Owner/Engineer. The following documentation is required for qualification purposes: 1. Organization Facilities and Business Viability Documentation a. Provide copy of State documents verifying the number of years that the firm has been in business b. Provide a Certificate of Insurance (COI) verifying adequate insurance coverage including: Commercial General Liability $2,000,000.00 Aggregate Automobile Liability $1,000,000.00 Single Limit Transit Coverage $25,000.00 min up to the value of the equipment being transported Workers Compensation Employers Liability $500,000/500,000/500,000 c. Provide address and square footage of required fully staffed service facility. d. Provide a notarized statement from an officer of the Company verifying the size of the environmentally controlled space dedicated to the production, assembly and check- out of custom controls panels. e. Provide the company legal name, address as well as the Dun & Bradstreet D -U -N -S number for the company. f. Provide copies of the firm's safety program and certify employ participation. 2. Organization and Personnel Experience Documentation a. Provide an overall Company Organization Chart and resumes for key personnel indicating water/wastewater experience. b. Provide a detailed listing of at least three (3) projects of similar size and complexity successfully completed within the last five (5) years. Information must include the following for each project: (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) Project name Project location Owner's name, address, and phone number Owner's contact person and phone number Consultant/Design Engineering Firm name and contact General Contractor's name (if applicable) SIC's order/contract amount Date project started Date project completed Technical description of provided control system in sufficient detail to verify equivalent size and complexity. c. Provide a copy of the Company's full time employed Professional Engineer's license/registration d. Provide resumes of employees that show their experience level e. Provide zip codes and resumes of personnel within two hundred (200) miles of the project site capable of providing on-site response within four (4) hours. f. Provide copy of organizations Allen-Bradley/Rockwell Systems Integrator Contractor, Solutions Provider certification g - Provide copy of project manager's certification Page 3 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction 3. Quality Assurance Requirements a. Provide documentation that demonstrates Quality Assurance/Quality Control program, process or certification. b. Provide copies of ISA association documentation. c. Provide resumes of full time employees that would respond to perform warranty or maintenance work. d. Provide a current list with contact information of Municipalities for which the Company has current and on-going Maintenance Contracts and/or existing warranty agreements. e. Provide copies of Company's standard Maintenance and/or Warranty Contracts/Agreements. f. Provide a copy of the Company's UL -508 current certification. g. Provide a copy of documentation showing active membership in the Control System Integrators Association (CSIA) or equivalent organization. D. All electronic components furnished by the Contractor shall be new products of manufacturers in North America having an established reputation in the manufacture of such equipment with at least 5 years background. All PLC related equipment supplied shall be a proven product having been in field service for at least 1 year and in production for no less than 2 years. E. All materials are subject to the approval of the Owner and shall conform to all applicable state and federal codes and regulations. F. The Contractor shall warrant that all equipment will perform in accordance with published specifications, is suitable for the intended purposes and shall be free from defects in materials, and workmanship for a period of one (1) year from the date of the final acceptance by the Owner. Contractor shall also warrant all system configuration and programming for a period of one (1) year from the date of final acceptance plus two (2) years of extended support. Where any product or system does not perform as specified during this warranty period, the Contractor shall correct any defect, including the non-conformance with any applicable specification and shall repair or replace any defective part or parts without charge to the Owner for parts and labor. G. Testing: A formal system test shall be performed by the Contractor and witnessed by the Owner or Owners representatives at the Contractor's test facility, prior to shipment. The purpose of the test shall be to verify the functionality, performance, and stability of the hardware and software. Testing requirements are dictated in specification 40 90 03 — "SCADA and Instrumentation Testing and Commissioning." 1.3 Submittals The latest edition of the referenced item below shall be used. A. Submittals shall be in accordance with Section 01 33 00 "Submittal Procedures" and shall include: 1. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 2. Component drawings showing dimensions, mounting, and external connection details. B. PCCS shall submit a Project Execution Plan to the Owner and Engineer for approval. This plan shall include, at a minimum: 1. A detailed work task breakdown. 2. Estimated start and end dates of each work task listed an above work task breakdown. 3. Estimated duration for each task listed in the above work task breakdown. 4. A Gantt chart or equivalent scheduling report shall be acceptable. Page 4 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction 5. PCSS shall provide regular updates of the Project Execution Plan to Owner and Engineer. a. Update schedules to be agreed upon between PCSS and Owner / Engineer during pre -submittal meetings. 1.4 Standards A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. Institute of Electrical and Electronics Engineers (IEEE). 2. National Electrical Manufacturers Association (NEMA). 3. American National Standards Institute (ANSI). 4. Electronic Industry Association (EIA). 5. International Electro -Technical CoHMlssion (IEC). 6. Federal Communications Commission (FCC). 7. Instrumentation, Systems, and Automation Society (ISA). 8. Underwriters Laboratories (UL). PART 2 PRODUCTS 2.1 General A. Equipment shall be the manufacturer's latest and proven design. The Specifications and Drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system shall be compatible with the functions required and the equipment furnished by the Contractor. B. The PLC related equipment proposed by the Contractor shall not be a prototype, but shall be a part of a standard off -shelf configurable system of components readily available in the marketplace and have design specifications, engineering drawings and parts lists immediately available. Specified PLC processors, I/O modules, power supplies, chassis, etc. shall be sole -sourced from Allen-Bradley. C. The system shall be provided complete with cabinets, input/output equipment and associated electronic subsystems necessary to meet the functional requirements of this Section. D. Equipment shall have adequate test points with controls or adjustments required for alignment and maintenance accessible from the front of the equipment. These test points shall provide sufficient isolation to prevent disturbance to the system due to accidental short circuit or other mismatch during routine test or maintenance practices. E. Alarm LED or LCD indicators shall be included and be clearly visible with covers in place to indicate any alarm or off -normal condition. F. Lamps, controls and test points shall be etched or clearly marked on all electronic equipment. G. Equipment shall be designed to operate over the environmental, physical and primary power limits as specified herein without the use of blowers or other means of forced air circulation. Page 5 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 Full Specification Performance 0 C (32 F) to +60 C (140 F) Storage -40 C (-40 F) to +80 C (176 F) Altitude 15,000 ft. Humidity 5% to 95% Maximum, non -condensing Duty Conditions Continuous Page 5 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction 2.2 System Operational Description A. General: 1. The system shall be a continuous polling, supervisory control and data acquisition system (SCADA), utilizing programmable logic controllers (PLCs), as Station controllers and a Manufacture -specific controller for each VFD. System shall be configured and programmed to meet the Owner provided Sequence of Operations. 2. Primary communications shall be fiber-optic, using the PLC manufacturer's standard protocols. 3. Automatic control functions shall reside in the station PLC such that, upon loss of the Plant HMI, control of the system shall continue without interruption. The Operator, through the Plant HMI, shall have the capability to set or change any automatic control or alarm variable in the software control program. 4. Contractor shall be responsible for the procurement, installation, integration, testing and commissioning of all equipment, programming, and all other labor and materials required necessary to integrate the new Fluoride injection system with the existing O.N. Stevens Water Plant SCADA system. Integration shall be implemented in such a manner that the entire new Fluoride injection system can be operated from a single workstation in the Q.N. Stevens Water Plant Operations Center. a. Installation of all equipment, programming, configuration and materials including, but not limited to interface equipment, additional network switches, additional development and programming of new HMI screens to be incorporated in the existing O.N. Stevens Water Plant SCADA system, network switch configuration and any other hardware, software, programming and configuration required to integrate new Fluoride injection system into the existing O.N. Stevens Operations SCADA system. b. Contractor shall conduct a series of interactive workshops with Water Plant Operations and SCADA personnel during preliminary SCADA design to develop all necessary screens and program control logic required to integrate new Fluoride injection system into the existing O.N. Stevens Operations SCADA system B. Functional Descriptions: 1. A PLC shall be located in the existing LAS Switchrack SR -7E PLC enclosure PLC -1702. The PLC shall monitor the station flow and automatically throttle the injection pump motors on the output of the station in response to the flow requested by the Central Control. The control scheme shall be configured such that these assignment changes are normally made from the Central Control Console located at the Water Treatment plant. Early turn -on or manual operation of pumps is required during peak operating times. This shall be done by the Operator at the Central Control Console, located at the water treatment plant. 2. There shall be provided custom generated system screens for operator interface and control. There shall be an overall system screen, a minimum of three graphics screens for each PLC location. All equipment control and status conditions and system variables (flows, pressures and levels) shall be displayed on these screens. Preliminary screen design shall be submitted to the Owner for review and/or approval. 3. Provide an alarm summary page showing a list of active and historical alarms; in addition there shall be alarm footer on each graphics page displaying the most recent unacknowledged alarm. 2.3 Pump Station Equipment A. The Fluoride injection system shall consist of the system PLC, together with all necessary hardware, network switches, UPS, local I/O, power supplies and any other hardware and software necessary for providing a complete and operative chemical injection system. Communications between the Fluoride injection system and the existing Plant SCADA system shall be via dedicated existing fiber optic cable. Page 6 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction 1. All PLC hardware shall be installed in new or existing NEMA 4X enclosures sized for the amount of equipment installed in them and appropriate for the environment they are installed in. All enclosures shall be equipped with a copper ground bus, mounted on the backplate. The ground bus shall be provided with a suitable connectors sized for #20 AWG through 2 AWG copper cable. 2. All equipment in the enclosures shall be complete with all interconnecting wiring required, wired to terminals and connected to the 120 -VAC and the communications cables. 2.4 Equipment A. Fluoride Injection System: 1. The Programmable Logic Controller (PLC) system shall be the CompactLogix PLC system manufactured by Rockwell Automation (Allen-Bradley) only. PLC shall be the 1769-L3x family of Modular Controllers. Processor and associated I/O shall be selected as required to meet the minimum memory and I/O requirements of the final control programming with a minimum of 30% memory and a minimum of 20% spare I/O reserved for program and facility expansion. 2. All user wiring to I/O modules shall be through a heavy-duty terminal strips. Compression -type screw terminals shall be used to provide fast, secure wire connections. Spring -type terminal blocks shall not be used in any control panel or junction box application. 3. All types of input/output modules shall be color coded and titled with a distinctive label. 4. The PLC I/O modules shall be the CompactLogix PLC system manufactured by Rockwell Automation (Allen-Bradley) only. I/O modules shall be the 1769-L3x family of Modular Controllers. 5. The PLC shall contain discrete input/output hardware consisting of the following types: a. Discrete Inputs: (1) AC/DC input for devices which operate at 24 VAC, 50/60 Hz or 24 VDC. (2) AC input for devices which operate at 120 or 240 VAC, 50/60 Hz. (3) DC input for devices which operate at 5 to 30 VDC. (4) Discrete input modules shall be either 8- or 16 -point modules. No 32 -point input modules shall be used. b. Discrete Outputs: (1) AC output for devices which operate at 120 VAC, 50/60 Hz. (2) AC output for devices which operate at 220/240 VAC, 50/60 Hz. (3) AC output for devices which operate at 24 VAC, 50/60 Hz. (4) DC output for devices which operate at 10 to 60 VDC. (5) Isolated Contact output which provides eight isolated outputs capable of switching 120 VAC, 220 VAC, or 24 VDC power. (6) Combination Contact Output and 120 -VAC Input available in two in two out, four in four out, or six in six out configuration. (7) Discrete output modules shall be either 8- or 16 -point modules. No 32 -point input modules shall be used. 6. The PLC shall contain analog input/output hardware consisting of the following types: a. Analog input which accepts analog signals and converts them to 16 bit binary values. Resolution of the analog conversion shall be 16 bit from analog value of 0 mA to +20 mA. Digital resolution shall be available in 1 part in 65536 voltage or 1 part in 32767 current. Analog inputs shall be differential. Analog inputs shall be available in the following ranges: Page 7 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction (1) Voltage Range: -10 to +10 VDC. (2) Current Range: 0 to +20 mA. b. Analog input modules shall be either 8- or 16 -point modules. No 32 -point input modules shall be used. 7. Analog output which converts a 15 bit current or 16-bit voltage binary number (14 -bit resolution) into an equivalent single -ended analog output signal. Analog outputs shall be available in the following ranges: (1) Voltage Range: -10 to +10 VDC. (2) Current Range: 0 to +20 mA. 8. The programming software shall be Rockwell Automation RSLogix 5000 with all associated required communications and configuration packages included. 9. Contractor shall provide any and all interface modules required to seamlessly communicate with other required station equipment such as VFD's, Machine Condition and Vibration monitors, etc. B. Conduit and Wire: 1. Conductors: Soft -drawn, annealed copper, stranded, with a conductivity of not less than that of 98 percent pure copper bearing the U.L. label. The minimal size shall be #18. Conductors #8 or larger shall be stranded. 2. Single Conductors: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW insulation. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. 3. Ground Wire: Tinned, Class B stranded conductor without insulation. 4. Paired Shielded Cable: 16 gauge, 7/26 stranded, copper conductors with 0.021 -inch extruded PVC; 0.004 -inch nylon insulation twisted into pairs, stranded into a core and enclosed by a non -hygroscopic core tape, 100 percent coverage, helically wound, aluminum foil shield, drain wire, and 0.45 -inch minimum extruded PVC jacket. Pairs shall be black/red or black/white and numbered. Cables shall be 600 volts in accordance with NEC -725 and IEEE 383. 5. Conduit shall be rigid aluminum with fittings of similar material. C. Human / Machine Interfaces (HMIs): 1. Human machine interfaces shall consist of network interface, personal computers, monitor, event printer, report printer, computer software PC interface software and any other hardware and software necessary for providing a complete and operative man machine interface. 2. The software shall be the latest version of Rockwell Automation FactoryTalk SE Client or FactoryTalk SE Station for the Operator desktop workstation and FactoryTalk Studio Enterprise on the Engineering Laptop workstation. These software packages will require the use of commercially available, Intel Core 2 Duo minimum with 8GB of RAM minimum based PCs or greater. Office or industrial PCs can be used but must be capable of running, at a minimum Microsoft Windows 7 Professional w/ the latest available Service Pack, 2008 Server Standard Edition w/ the latest available Service Pack, and furnished with at least Microsoft Windows 7 Professional w/ the latest available Service Packs. All software shall be provided and registered in Owners name. Computers shall be manufactured by Dell (sole source). 3. Monitors shall be microprocessor based, 20 -inch flat -screen Color Monitor, 1280 x 1024 (60 Hz) minimum resolution with non -glare screen. 4. The computer shall be capable of running, at a minimum Microsoft Windows 7 Professional w/ the latest Service Pack, 2008 Server Standard Edition w/ the latest available Service Pack, and furnished with at least Microsoft Windows 7 Professional w/ Page 8 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction the latest available Service Pack. All software shall be provided and registered in Owners name. 5. Engineering Laptop Computer: a. The computer shall have the same capabilities as the aforementioned desktop workstations. b. The computer shall be capable of running, at a minimum Microsoft Windows 7 Professional wi the latest Service Pack, 2008 Server Standard Edition w/ the latest available Service Pack, and furnished with at least Microsoft Windows 7 Professional w/ the latest available Service Pack. All software shall be provided and registered in Owners name. D. PC Interface Software: 1. General: a. Interface software for interfacing the HMI to the Station PLC shall be Rockwell Automation RSLogix 5000 suite of configuration software, latest version. b. All required licenses for all software and documentation shall be provided for each computer. All software provided shall be of the latest version of the software with the latest patches and service packs applied. c. Contractor shall modify, develop and provide any and all SCADA architecture drawings that determine clearly and unambiguously all supervisory system hardware and software requirements. 2. System Configuration: a. An easy -to -learn graphical database development environment shall be provided, utilizing icon -driven function block programming for building a data acquisition and control logic strategy. An object-oriented, icon driven color graphic display builder shall be provided for creation of real-time, dynamic operator displays. b. At power up, the system shall boot to a desktop screen where the user can easily activate the Strategy Builder, Graphics Builder, Runtime, or select a utility. c. The software shall run as a service, so that when a user logs off, the system will keep on running. d. The graphical database shall be exportable and importable in .DXF format for external modification and reporting. e. The graphical database shall be available as an output to a printer in tabular and graphic format for hard copy documentation. f. Graphic Displays: (1) The graphical display builder shall Rockwell Automation FactoryTalk View Studio Enterprise, an object, oriented color graphic display builder featuring east to use, mouse driven icons. The icons are used to create color graphic displays with objects that may be linked to dynamic blocks in the graphical database for live real-time animation during runtime. Standard graphical editing functions shall include select, move, copy, erase, cut, paste, and global search -an -replace for selection and manipulation of the graphical objects. (2) Graphical objects may be animated by simple point and click connection to analog and/or discrete signals in the database strategy. All dynamic connections must be based on point names, consisting of Node Name, Strategy Name, Tag Name, and Tag Parameter. An object must accept multiple dynamic connections simultaneously (size, color, location, etc.). (3) Standard graphic building tools shall include: (a) Size connection. (b) Color connection. Page 9 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction (4) (5) (6) (7) (8) (9) (c) (d) (e) (f) (g) (h) (i) (J) (k) (1) (m) (n) (0) (p) Blink/Flash connection. Location Movement. Pick Field connection. Process Point connection. Data Entry connection. State Field connection. Display Call-up Button connection. Trend Window function. History Window function. Dynamic Symbol connection. Time/Date connection. Digital Animator connection. Digital Selector. Analog Selector. The graphical configurator shall include a Symbol Library. The system shall utilize Rockwell Automation PlantPAx as the standard set of graphic symbols library. Complete graphical displays must be able to run on any system node in a networked system, without the need to edit and/or re-establish dynamic connections. A Pop -Up Window feature shall permit graphic displays, complete with dynamic connections, to be re -sized and popped up on command anywhere on the screen during runtime. Pop -Up Windows are required to give the Operator instant access to more detail of process operation, alarm listings, and guidance. Utilities are to be available for import and export of graphic files to .DXF file format for use in AutoCAD Versions 2010 or later, or other software using the .DXF file format. The system shall permit the import of .BMP files for use as objects in the graphic display builder. 3. Runtime: a. Runtime operation of the system shall execute the database strategy, graphic displays, and optional functions created during system configuration. For guaranteed data integrity, the system shall operate in a true prioritized, pre-emptive real-time multi -tasking operating environment for simultaneous execution of data collection, control, graphics, alarming, trending, data logging, file transfer, and other system activities. CPU operation shall be optimized during runtime for maximum system efficiency and performance. b. Operator color graphic displays shall update in real-time with a refresh rate defined by the user. The display screen shall be partitioned into three segments. c. A Main Display Window shall occupy most of the screen, and display the dynamic color graphics created by the Display Builder. d. A Sub -Window shall appear beneath the Main Display Window, and permit keyboard selection of any one of multiple pre-packaged secondary displays. At minimum, Sub - Window displays shall consist of the following standard displays: (1) (2) (3) (4) System Parameters. (5) System Performance. Sub -Window access shall personnel. A Message Line shall occupy the bottom line of the screen. The left portion of the Message Line shall automatically display Operator Messages, such as alarm acknowledgment and confirmation, data logging started/stopped, communication time- out, etc. The right portion of the Message Line shall display alarm alert messages, such as type of alarm and tag name of block alarm. The system shall have ready -to -run Function Key assignments to simplify Operator Help. Display Directory. Display and access to parameters of any block in the strategy. e. be password protected to restrict access to authorized f. g - Page 10 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction actions during runtime. Function Key assignments shall include Display Directory, New Display Call-up, Alarm/Event Summary Display, Alarm Acknowledgement, Trend Window, Recall last Display, etc. h. A color coded Alarm/Event screen shall list pertinent information on all system alarms and events (Operator actions) as they occur, are acknowledged, and return to normal. i. Alarm/Event screens shall include date, time, alarm/event type, tagname parameter, description, value, engineering units, and return -to -normal, as applicable. j. Operator access to Alarm squelch level shall be provided in the Sub -Window. Alarms with a squelch level less than the squelch level assigned are not displayed, sounded, printed, or logged to disk. k. Operator Events shall include: (1) Alarm Acknowledgement. (2) Block Parameter change (set point, output, etc.). (3) Block Auto/Manual change. (4) Block Setpoint Remote/Local Change. (5) Default Security Level Change. (6) Logging On and Logging Off. I. Alarm and Event messages may be printed to the same printer, or to different printers, as selected by the user. m. An on-line Trend Window function shall permit display of multiple selected data points in real-time as graphs of the values versus time. The system shall support multiple Trend Windows. n. Pen assignments and time period shall be configurable on-line. o. A Zoom/Unzoom feature shall permit expanding and shrinking the amplitude scale. p. An unlimited number of variables may be selected for real-time trending. The system will automatically collect and save up to 60 samples of each parameter. q. Real-time trend points shall be buffered such that when a Trend Window is called up, it shall appear with previously sampled trend pen data, not blank. r. The Trend Window shall also permit X -Y plotting of up to four variable on the x-axis versus one variable on the y-axis. s. The system shall be supplied with a Historian for collecting, saving, and replaying selected system data. t. Data logging may be started and stopped by the Operator, process conditions, or system events. u. Data may be logged to up to 100 History Files, each containing up to 100 data points. The logging rate may be manually or automatically switched between two settings on- line to permit high speed data collection during conditions of interest. v. Historical data file may be replayed on-line, and viewed in graphical or tabular form. The History Window time span and variable amplitude may be compressed or expended in logical increments by the Operator. w. The on-line Historical Replay function shall permit viewing previously saved files and/or currently active historical files. x. A File Management Utility shall be provided to permit on-line file handling operations. File Management shall be accessed via the Sub -Window to read directories, delete files, copy files between disks, and similar "housecleaning" activities. y. The system shall support print out of any CRT screen at any time by depressing the [Ctrl + Print Screen] keys, or automatically via a Display Block in the strategy. z. An adjustable time Screen Saver shall be included to prevent monitor screen burn. 4. Report Generation: a. A consolidated Report function shall be furnished. It shall utilize a standard spreadsheet format for creation of system reports. A comprehensive built-in library of standard spreadsheet functions shall be included for selection and simultaneous manipulation of local or network data. At minimum, the library shall include mathematical, statistical, and Boolean operations. b. The Report generation function shall collect real-time and/or file data from the local node, or remote nodes via a network when used. File data shall include historical and alarm files at minimum. c. Report files shall be output on command to the local printer or to disk, as specified. Page 11 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction Initiation of report output may be manual or automatic based on time of day, system event, or process condition. d. Freeform text may be integrated anywhere in the report. e. Provision shall be included for incorporation of Operator message fields. This shall permit capture and save of Operator comments made during runtime for inclusion in the report. f. The report shall also provide for capture and saving of text fields from system alarm and event messages. 5. Networking: a. An efficient high speed, real-time networking function shall be optimally available. It shall provide on-line real-time access to live data and file transfer simultaneously during runtime. b. The networking option shall support all Ethernet network topologies. c. Each network node shall operate independently to permit unrestricted assignment of system functions in a true distributed architecture. d. Network data exchange shall be "exception driven" rather than "polled" for maximum throughput during runtime. e. A network timekeeper function must be supplied to insure synchronization of all network node time clocks. Any node may be designated as the master timekeeper to which all other node clocks are synchronized. Should the master node fail, multiple backup nodes may be designated to continue network time synchronization. f. A global alarm capability must be provided which will allow alarms that occur anywhere on the network to be automatically broadcast over the entire network. Individual nodes may be configured to receive all alarms, only certain alarm types, or all alarms from a single or multiple pre -selected nodes. g. In order to exchange data between different networks, the networking option shall support use of more than one network adapter on a node. 6. Training: a. Monthly training courses shall be offered by the software Supplier. Courses shall be conducted by degreed professional trainers, experienced in industrial automation and control. b. The software shall be easy to learn, such that the only prerequisites for attending training are familiarity with Personal Computers and knowledge of the fundamentals of industrial measurement and control. c. Training courses shall be optionally available on -Site. Course curriculum shall be customized to the needs of the user if requested. 7. Support: a. Technical support shall be available from a Factory Regional Office or local Representative of the software Supplier. b. Factory technical support shall be available from degreed engineers familiar with the software and typical industrial applications. c. Telephone technical support, voice and e-mail, shall be available weekdays. d. Technical support shall be offered for the life of the product, and for a minimum of 1 year after it is discontinued. e. The vendor must have a record of providing a continuous upgrade path for the product. 8. Upgrades: a. The vendor shall offer an Annual Software Maintenance Service for a nominal fee. This service shall provide upgrades to the software for releases of new features as they occur (e.g. - change from Version 4.0 to 4.1). b. Maintenance releases for bug fixes shall be supplied when needed if requested by the user. (e.g. - change from Version 4.0 to Version 4.01). c. A Site Software Maintenance Service shall also be offered for locations with multiple Page 12 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction systems installed. d. There shall be provided, as part of this Contract, a basic 5 -day training course at the software vendor's training facility for each of two of the Owner's personnel. This course shall cover the understanding and configuration of various application Modules within the software system. Concepts, implementations and trouble shooting skills shall be emphasized. e. The training course shall be part of a regularly scheduled training program by the software vendor. The scheduling shall allow the Owner sufficient time to schedule personnel for training between award of the Contract and delivery of the SCADA system. E. Uninterruptible Power Supply (UPS): 1. Uninterruptible power supply shall provide 30 minute standby 120 -VAC power for all Contractor -provided equipment at the Master Terminal Unit (MTU), including all HMI equipment and all PLC and control equipment. 2. The uninterruptible power supply shall have the following features: a. Input - 240 V: 192-276 VAC. b. Output - 120 VAC: Regulated to plus or minus 3 percent. Output shall consist or not less than three duplex receptacles (six receptacles). c. No -Break Power: The supply shall not allow any break in output power, regardless of what happens to the input power. Switching is not permitted. d. Lightning and Surge Protection: Passes ANSI -IEEE C62.41 Categories A & B. UL listed. e. Spike Attenuation: 2000:1. f. Galvanic Isolation: Qualifies as true, separately derived power source as defined by NEC Article 250-5D. Complete from line. Output neutral bonded to ground. g. Voltage Regulation: Output voltage regulated to plus or minus 3 percent. h. Output Waveform: Computer -grade sine -wave, less than 5 percent THD. i. Noise (RF) Isolation: 120 dB common mode, 60 dB normal mode. j. Output Protection: Current -limiting ferroresonant transformer. k. Efficiency: 90 percent minimum, on line. I. Audible Noise: 57 dB maximum, on line. 2. Contractor shall configure network and diagnostic notification as required and demonstrate their operation as part of the integrated system. 3. If required, external battery cabinets for extended run-time shall be in cabinets similar to the UPS. 2.5 Software Programming A. The Contractor shall provide a programmed database, using the equipment and software program specified, to accomplish the functions specified. B. For development of the HMI Graphics, the Contractor shall conduct a minimum of two (2) one (1) day workshops, at the Owner's facility. The Engineer will be in attendance, to help ensure compliance with the control strategies, treatment processes and that the system being developed follows the Sequence of Operations documents and the memorandum of understanding developed at the Development of Control Strategy meeting. 1. The first workshop shall consist of the Contractor showing the basic layout the graphic and popup screens, Help screens, roll-over Tooltip implementation and online Operations Manual access implementation for discussion and comment. The screens shall be at a stage that reflects the process and illustrates the required set -points for control. The Owner will be allowed to comment on layout of screens, but the not graphic standards. After the workshop and before the next workshop the Contractor shall make the agreed upon changes to the screens. 2. The last workshop shall consist of the Contractor showing the final screens with database links complete. The Contractor shall show animation of screens by manipulating the HMI Page 13 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction database. The Owner will be allowed to comment on the screens for process accuracy. The Contractor shall make corrections to the screens and shall be completed for testing at the Factory Acceptance Test. PART 3 EXECUTION 3.1 General A. The Contractor shall schedule and administer a minimum of three (3) mandatory coordination meetings. The Contractor shall make arrangements for these meetings; prepare agendas with copies delivered to the participants at least one (1) week before the scheduled meetings. These meetings shall be held at an Owner's designated facility and shall include, as a minimum, attendance by the Owner, Engineer, Contractor's Project Engineer, PCSS Project Engineer and the Electrical Sub -Contractor. 1. The first coordination meeting shall be held in advance of the first PCSS shop drawing, PLC programming and HMI screen submittals. The purpose of the first meeting shall be for the PCSS to: a. Summarize their understanding of the Project. b. Discuss any proposed substitutions or alternatives. c. Schedule testing and delivery milestone dates. d. Provide a forum for the PCSS and the Owner to coordinate hardware and software related issues. e. Request any additional information required from the Owner and/or Engineer. f. The PCSI shall bring draft versions of shop drawings, PLC programming and HMI screens to the meetings to provide the basis for the Owner or Engineer's input into their development. 2. The remaining coordination meetings shall be held no more than one month prior to site testing for each location. The purpose of these meetings is to discuss any remaining coordination requirements. 3. A typical agenda for the subsequent meetings may include, but shall not be limited to the following: a. Review minutes of the previous meeting. b. Review of the work in progress. c. Field observations, problems, and decisions. d. Identification of problems or issues that may impede planned progress. e. Review development of testing plans and schedules. f. Review of submittal schedule and submittal status. g. Maintenance of progress schedule. h. Corrective measures to regain progress schedules. i. Planned activities for subsequent work period. j. Coordination of work progress. k. Effect of any proposed changes on progress schedule and coordination. I. Other business relating to the work. 3.2 Installation A. Wire and Conduit: 1. Refer to the following specifications: Page 14 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction a. 26.05.00 "Common Work Results for Electrical" b. 26.05.19 "Low -Voltage Electrical Power Conductors and Cables" c. 26.05.19.1 "Wire Connections and Devices" d. 26.05.26 "Grounding and Bonding for Electrical Systems" e. 40.90.01 "Instrumentation" f. Any and all other specifications pertaining to the installation, termination and grounding of instrument systems. 2. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. 3. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 4. Unless necessary for pulling purposes, conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. 5. Splice only in junction or outlet boxes. Neatly train wiring inside boxes and equipment. Pull all conductors into a raceway at the same time. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place. 6. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures. 7. Wire other than telephone station wire shall be stranded. The minimum size conductor permitted is #16 AWG, unless otherwise noted. Wire shall bear the approval of Underwriters Laboratories, Inc. Conductors terminated on a screw termination shall have a crimp -on connector applied on the wire end. 8. Use the following color code for 1201240-V, single-phase wiring: Wiring Color 41 Leg A Black Leg B Red Neutral White Equipment Grounding Conductor Green 9. Ground paired shielded at the PLC end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded cable shall not be laced with or placed in the same conduit with power cables. The shield of shielded cable shall only be broken when the conductors are terminated on terminal strips. 10. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, enclosures, and other equipment shall be properly grounded in accordance with National Electric Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid PVC conduit. Make connections to equipment with solderless steel connections. Wire connections to ground rods shall be of the fused type equal to the Cadweld process. 11. Ground metallic material, including but not limited to metallic raceway and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor which it houses. Clean metal surface under the grounding lug to bright metal. Page 15 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction 12. Ground conductors shall be bare tinned copper where directly buried and insulated in all other cases. 13. Underground conduit which is not below a concrete slab on grade shall be sand encased. Conduit which is below the finished grade shall be rigid PVC. 14. At the transition from underground, protect PVC conduit from mechanical damage by extending rigid steel conduit a maximum of 12 inches and a minimum of 4 inches into the earth or concrete at the transition. 15. Conduit extending into concrete shall not be closer than 3 inches from adjacent conduit and shall not be closer than 1 inch from any reinforcement bars. 16. PVC conduit shall not be installed above grade level, above concrete slab level, or for any exposed installations unless specified. 17. Where conduits stub up through a floor slab from below finished floor level, install a threaded fitting with PVC plug so that the top of the fitting is flush with the concrete or finished floor surface. 18. Bury underground conduit a minimum of 18 inches deep to the top of the sand encasement. Backfill buried conduit banks with material which is free from large rock, paving material, or large angular substance. Adhere to conduit spacing by using spacers at intervals to ensure that proper spacings are maintained. 19. Grade underground and outdoor conduits to drain free of condensation and moisture. Provide for automatic draining at low points. Install horizontal runs of conduit to provide a natural drain for condensation without pockets or traps where moisture may collect. 20. Route conduits parallel to building lines. Concealed conduits shall be below grade, within walls, or above ceilings. 21. Route conduit through roof openings for piping and ductwork where possible. Otherwise, route conduit through the roof with pitch pocket. Conduit shall not penetrate ductwork. Exposed conduit shall not be installed on the roof without the approval of the Owner's representative. 22. Install conduit at elevations which maintain headroom, and at locations which avoid interference with other work requiring grading of pipe, the structure, finished walls, etc. Avoid crossing other work. Conduits shall not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3 -inch separation, except in crossing which shall be a minimum of 1 inch. 23. Conduits in buildings shall be exposed on unfinished ceilings and basements. Rigidly support conduits to the building structures using hardware bolted or screwed to the structure. The mounting hardware shall not mount the conduit directly on concrete walls and ceilings, but shall space the conduit away from the surfaces, strut channel clamps, or one -hole straps with clamp backs. 24. Provide expansion fittings at expansion, construction and seismic joints. Provide combination expansion/deflection fittings where conduits are concealed at these joints. 25. Group conduit in parallel runs where practical. Use a conduit rack constructed of channels with conduit straps or clamps. B. Cable Installation: 1. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. 2. Cable shall be laid straight without splices except in the case of accidental damage, but without tension applied at any time. Slight snaking of the cable will be permitted. Backfill on the cable shall be pulverized material free from stones, rock or other hard or sharp materials which might damage the cable. 3. The cable shall be handled with care at all times. The cable reel shall be shaft mounted Page 16 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction or supported in such a manner as to keep the cable and reel from coming in contact with the ground or other foreign objects which might cause damage to the cable. At no time shall the wire be dragged along the ground or across objects. The minimum bending radius of the cable shall be 24 inches in all case of direction change. Care shall be taken to see that twists or bends of small radii do not occur. Any instance of damaged wire, observed at any time whether prior to installation, during installation, or discovered by test or observation subsequent to installation, shall be immediately called to the attention of the Owner's representative. 4. The method of repair or correction of such damage shall be in accordance with the written instructions of the Owner's representative. The Contractor shall promptly repair such damage or make such corrections in accordance with such written instruction of the Owner's representative. 5. Minor damage to the outer jacket of the cable which penetrates to a depth not to exceed 0.02 inch, observed prior to or occurring during construction, may be repaired if approved by the Owner's representative by covering the damaged section of the jacketed with two layers of a suitable 10 -mil vinyl tape, each layer half -lapped extending 6 inches beyond the end of the damaged section, and Glyptal coated. 6. Damage to cable of greater severity than that set forth above, observed prior to or during construction, shall be immediately called to the attention of the Owner's representative. The Contractor shall promptly repair such damage or make such corrections in accordance with such written instruction of the Owner's representative. 7. Damage to the cable subsequent to burial, discovered either through test or observation shall be repaired by a method approved by the Owner's representative. This may involve the replacement of a short section of cable with splices made in additional terminal housings, or the replacement of an entire section between terminal housings already installed. No buried splices shall be used for repairing damaged cable. 8. All splices of the cable shall be made in junction boxes or pull boxes. Where installation procedures require the Contractor to splice the cable, boxes or enclosures appropriate to the location of the splice shall be installed as required at the Contractor's expense. The location of such boxes or enclosures shall be directed by the Owner's representative. 9. Where cable is cut and box or enclosure is not immediately installed, the cable end shall be sealed by means of rubber boots, or plastic tape. C. Antennas and Coaxial Cable: 1. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. 2. Antenna shall be oriented for the correct polarization and securely fastened to the mast. Mast shall be aligned so as to be vertical and clear of obstructions or overhead lines. Mast shall be mounted at least 10 feet from any components of the system being monitored. Mast shall be adequately grounded. Orient the antennas in the direction required. Coaxial cable shall be restrained from movement on mast by clamps and hangers placed at 3 -foot intervals. All coaxial connections, hangers and fittings are to be tightened to ensure good contacts and secure installation. Feedline losses shall not exceed 1 dB. 3. A drip loop shall be provided at wall penetration to avoid water migration. Care shall be exercised to avoid exceeding the bending radius or number of bends for the coaxial cable as recommended by the manufacturer. 4. For wall penetrations, a penetration kit specifically manufactured for the purpose and specified herein shall be used. Installation shall be in strict accordance with manufacturer's recommended procedures. Field fabrications shall not be accepted. 5. Grounding of the coaxial cable shall be with the use of a manufactured kit specifically designed for that purpose. Field fabrications shall not be accepted. Page 17 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Addendum No. 1 Attachment No. 15 October 2016 Technical Specifications for Construction END OF SECTION Page 18 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 Addendum No. 1 Attachment No. 15 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance viiih Draw'ngs, 5 ec fications and Contract Documents, this Bid Proposal is submitted by' . .ILf on w V IT! (, aOJ (0 for ONSWTP Facilities Feed Optimization Improvements — Fluoride, Project No. E15233. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - ONSWTP Facilities Feed Optimization Improvements—Fluoride Project No. E15233 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 1O 31•\Lsz S Bid Acknowledgement Form ONSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E15233 003000-1 Rev o1-13-2016 ARTICLE 3 — BiDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form ONSWTP Facilities Feed Optimization Improvements—Fluoride City Project No. E15233 00 30 00 - 2 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 -- BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based an actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 -- EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's. responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 003000-3 Rev 61.13.2016 ARTICLE 6 --TIME OF COMPLETION 6.01 Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. 6.02 Bidder agrees that the Work will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE S — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9,01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 —SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany ail materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. Bid Acknowledgement Form ONSWTP Facilities Feed Optimization Improvements _ Fluoride City Project No. E15233 003000-4 Rev 01.13-2016 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11-- BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: Mon d or printed full legal name of Bidder) JLS. Hawn (individual's .signature) Ofsiderd- (typed or printed) (typed or printed) cyArup,-.6-0110(w (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: I I`15 HighwicV Mh0CIN 393 Phone: 103- `i �La Email: jgi arQO .J :!'' . Cern (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknow}edgement Form CNSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E15233 003000-5 Rev el -1.3.201S 0030 01 BID FORM 1 Protect Name: ONSWTP Facilities Feed Optimization Improvements - Fluoride Project Number: E15233 Owner: Cityrf Corpus Christi Bidder: �!- . no I(fl cia % r OAR: MOBILIZATION Designer: LNV, Inc. Basis of Bid ITEM DESCRIPTION ,UNIT TiMATED 1 UANTITY QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (REFER TO SECTION 01 29 01 MEASUREMENTAND BASIS FOR PAYMENT FOR COMPLETE DETAILED LINE ITEMS) A-1 MOBILIZATION LS 1 50 o1ccc'_ A-2 DEMOLITION AND DISPOSAL LS 1 `j t7 C.C!.) . 'j o Com` A-3 PROVIDE CONCRETE AND STRUCTURAL IMPROVEMENTS TO FLUORIDE CONTAINMENT AREA LS 1 ) 50 f CCAD i 50 A-4 PROVIDE NEW OVERHEAD AND UNDERGROUND FLUORIDE CARRIER WATER PIPING FROM CONTAINMENT AREA TO BOTH INJECTION LOCATIONS LS 1 95 1ozyo 1(r3Q 1 S CIO A-5 PROVIDE REPAIR TO TAPS FOR PLANT 2 ON 60" PRE -STRESSED CONCRETE CYLINDER PIPE INSIDE CONCRETE MANHOLE AT EXISTING FLUORIDE INJECTION LS 1 3C7,, . o1000 A-6 PROVIDE NEW ALUMINUM HATCH ON FILTER EFFLUENT DISTRIBUTION BOX AND CHEMICAL INJECTION VAULT FOR PLANT 2 LS 1 5I0 °CYO A-7 PROVIDE ALL CONTAINMENT AREA IMPROVEMENTS LS 1 L4 coo ► eo 1.-( oi,.ov t -1- A-8 A-8 PROVIDE ALL ELECTRICAL IMPROVEMENTS LS 1 1 3, i 3 SUBTOTAL PART A - GENERAL (Items Al thru AB) LCS O{ 33 Part B - ADDITIVE ALTERNATE NO. 1 (REFER TO SECTION 01 23 10 ALTERNATES AND ALLOWANCES FOR COMPLETE DETAILED LINE ITEM) B-1 PROVIDE NEW CONCRETE INJECTION VAULT FOR PLANT 2 LS 1 d 1 \E1 C l i £1 , 0 SUBTOTAL PART B -ADDITIVE ALTERNATE NO. 1 (Item 131) 1 i 0 C, 1 10 1 OCCI Part C - ALLOWANCES (REFER TO SECTION 01 23 10 ALTERNATES AND ALLOWANCES FOR COMPLETE DETAILED LINE ITEM) C-1 UNANTICIPATED UTILITY REPAIR/RELOCATION ALLOWANCE 1 LS 1 $ 30,000.00 $ 30,000.00 S U3TOTAL PART C- ALLOWANCES (Item C1) 1 i 0 C, 30 ,i)' BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A8) 41 3j 7 SUBTOTAL PART 6 - ADDITIVE ALTERNATE NO. 1 (Item 61) 1 i 0 C, SUBTOTAL PART C - ALLOWANCES (Item C1) 1010 3o , cOC TOTAL PROJECT BASE BID (PARTS A THRU C) 1 ,0j-1 Contract Times Bidder agrees to reach Final Completion in 210 days Bid Form ONSWTP Facilities Feed Optimization Improvements - fluoride City Project No. E15233 003001.1 Pr,. 7/7/2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of",.c-a ❑ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: ,j.G-Kir Cernpan.9 typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) Ifitt 9V1 ilt\J- (tf 1 fS 31.503 Phone: u 3���Jdaf3 Email: id -al -en e skon. corn END OF SECTION Compliance to State Law on Nonresident Bidders ONSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E15233 003002-1 11-25-2013 OD 30 05 City of Corpus Christi Disclosure of Interest City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED pram— PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: J S NQrPn ('IJr7 NJ!h STREET ADDRESS: 119 ! ► LU 1.1 N • CITY: Aitkr6 YN ZIP: 3] 3 - FIRM IS: I. Corporation 2. Partnership 4. Association LJ 5. Other B 3. Sole Owner DISCLOSURE QUESTIONS If additional space is rtecessar , please use the reverse side of this page or attach separate sheet. 1. State the names of each ` employee" of the City of Corpus hristi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 1U 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title MP 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm," Name Consultant N City of Corpus Christi Disclosure of Interest 00 30 05 - 1 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing fled with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that l have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: 9. HO' 4 Type or Print) Title: Pr St kQftk Signature of Certifying Date: t 5.1rc Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the forrn of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers co holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. g• City of Carpus Christi Disclosure of interest 003005-2 Rev D1-13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER; City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: ONSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E15233 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: Phone: �} S a ren&en paN (typed or printed) SWon (signature -- attach evidence of authority to sign) (typed or printed) Pr€side0 1 195 m3nwas3 Mlaos. TN 3113 9 -1b -WOO Email: JS0€,f\ P 3+S O 0fl. eibrn END OF SECTION Non -Collusion Certification ONSWTP Facilities Feed Optimization Improvements— Fluoride City Project No. E15233 00 30 06 - 1 11-25-2013 THE AMERICAN INSTITUTE OF ARCHITECTS A1A Document A310 Bid Bond BOND # CF1611021 KNOW ALL MEN BY THESE PRESENTS, that we J. S. HAREN COMPANY 1175 Ilighway 11 N Athens, 'IN 37303 as Principal, hereinafter called the Principal, and UNITED STATES FIRE INSURANCE COMPANY 305 Madison Avenue Morristown, N.1 07962 a corporation duly organized under the laws of the State of DE as Surety, hereinafter called the Surety, are held and firmly bound unto City of Corpus Christi, TX 1201 Leopard St Curpus Christi, IX 78401 (Hem insen full name ,and address or legal [isle of Ouncrl as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid----------- Dollars ( $ 5.00% of attached bid), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,_ jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ONSWTP Facilities Feed Optimization Improvements - Fluoride, Project No. E15233, Corpus Christi, TX (Here insert frill entre, address end description or project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 2nd day of CDSVM80) X11-Cd�.+t) jDC7 jtni (Witness) .- -5 (Title) rJr�,/, isilv 4'S • illl 3-1,--„,, .�`'`�UNITED STATES RE 1 S �' AJ CE COMPANY November 2016`o iniontro+,' • .% �.'. ?yoR47- (Principal) J. S. HAREN COMPANY (Seal) (Title) Belly L. Berry, A NEY-IN-FACT Bonds Southeast, Inc. 1030 17th Avenue South Nashville, -I`N 37212 (615)321-9700 A1A DOCUMENT A31.0 BID BOND AIA 2a FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHI'T'ECTS, 1735 N.Y. AVE., N.W, WASHINGTON. D.0 . 20006 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to leg& prosecution. 1 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 01130405516 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Gregory E. Nosh, Phillip H. Condra, Kelly Berry each, its true and lawful Attorneys) -In -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Eleven Million Dollars, (S11,000,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 1, 2017. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 10'' day of March, 2016. UNITED STATES FtRF. INST IR4NC_E COMPANY Anthony R. Slimowiez, Senior Vice President State of New Jersey) County of Morris ) On this 10'h day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SON IA SCALA NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES3/2512019 I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. „4„,t, IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the2ndday of Nov 2016. UNITED STATES FIRE INSURANCE COMPANY Al Wright, Senior Vice President Corporations Section P.O.Box 13697 Austin, Texas 78711-3697 Office of the Secretary of State CERTIFICATE OF FILING OF J.S. Haren Company File Number: 801081739 Hope Andrade Secretary of State The undersigned, as Secretary of State of Texas, hereby certifies that an Application for Registration for the above named Foreign For -Profit Corporation to transact business in this State has been received in this office and has been found to conform to the applicable provisions of law. ACCORDINGLY, the undersigned, as Secretary of State, and by virtue of the authority vested in the secretary by law, hereby issues this certificate evidencing the authority of the entity to transact business in this State from and after the effective date shown below for the purpose or purposes set forth in the application under the name of J.S. 1Iaren Company The issuance of this certificate does not authorize the use of a name in this state in violation of the rights of another under the federal Trademark Act of 1946, the Texas trademark law, the Assumed Business or Professional Naive Act, or the common law. Dated: 02)02/2009 Effective: 02/02/2009 Phone: (512) 463-5555 Prepared by: Linda Gemuenden Hope Andrade Secretary of State Come visit us on the internet at http://www.sos.stnte.tx.usl Fax: (512) 463-5709 Dial: 7-1-1 for Relay Services T1D: 10308 Document: 244918620002 00 52 23 AGREEMENT This Agreement, for the Project awarded on January 10, 2017 , is between the City of Corpus Christi (Owner) and J.S. Haren Company' (Contractor). Owner and Contractor agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: ONSWTP Facilities Feed Optimization Improvements — Fluoride City Project No. E15233 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation Blvd., Suite 300 Corpus Christi, Texas, 78408 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E. — Acting Construction Engineer City of Corpus Christi — Engineering Services 4917 Holly Road #5 Corpus Christi, Texas, 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 210 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 240 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Agreement ONSWTP Facilities Feed Optimization Improvements City Project No. E15233 005223-1 Rev 06-22-2016 Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price + Add.Alt. #1 + Allowance $ 1,073,000.00 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement ONSWTP Facilities Feed Optimization Improvements City Project No. E15233 005223-2 Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government. Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement ONSWTP Facilities Feed Optimization Improvements City Project No. E15233 005223-3 Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement ONSWTP Facilities Feed Optimization Improvements City Project No. E15233 005223-4 Rev 06-22-2016 ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City Agreement ONSWTP Facilities Feed Optimization Improvements City Project No. E15233 005223-5 Rev 06-22-2016 ATTEST oigibey eigne4 IN' Reba H.b.ti DN: mwmiamxb.. o.ow. 30---.- D:. 2017.62.09 0130:43 -06'00' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: I•' ea„. V'✓� Aimee Alcorn -Reed 2017.02.06 15:49:13 -06'00' Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) Cassandra Haren (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer CITY OF CORPUS CHRISTI Digitally signed by Jeff Edmonds D14: on=Jett Edmonds.. o. otmEngineanng, emeikjefreyelxtesas.com, ,US Date: 2017.02.07 17:41:06 -0600' J.H. Edmonds, P.E. Director of Engineering Services M2017-003 BY COUNCIL 1/10/17 RH/ML AUTHORIZED CONTRACTOR J.S. Haren Company By: Title: J. S. Haren President 1175 Highway 11 N. Address Athens, TN 37303 City 423-745-5000 Phone jsharen@jsharen.com State Zip 423-745-5252 Fax EMail END OF SECTION Agreement ONSWTP Facilities Feed Optimization Improvements City Project No. E15233 005223-6 Rev 06-22-2016 A�� o® CERTIFICATE OF LIABILITY INSURANCE DA 16/2DD ) THIS•CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Brock Insurance Agency 823 Chickamauga Avenue P.O. Box 460 Rossville GA 30741 CT Deena Lamb PHONE Ext (706) 866-3394 i. No): (706)861-4619 AVAELss :deenal@brockins.com INSURER(s) AFFORDING COVERAGE NAIC 0 INSURERA:The Charter Oak Fire Insurance 25615 INSURED J. S. Haran Company 1175 Highway 11 North 7 Athens TN 37303 INSURER B :Travelers Property Casualty Company 25674 INSURERC:Travelers Casualty & Surety Company 31194 INSURER D : $ 1,000,000 INSURER E : INSURER F : DAMAGE TO RENTED PREMISES (Ea occurrence) COVERAGES CERTIFICATE NUMBER:CL1610713184 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LTRR TYPE OF INSURANCE �WWVV ILLI VD POLICY NUMBER YY11..(M14IEFF EXP VDWIYYYY�„ LIMITS A X COMMERCIAL GENERAL UABIUTY / X Y DT-CO-0F796197-COF ,JwwPMDD 10/1/2016 10/1/2017 ,'"- EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE FTC I OCCUR • DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENI. AGGREGATE LIMIT APPUES PER: POLICY PEef LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ / 2,000,000 Employee Benefits - Each $ 1,000,000 B AUTOMOIMLE X LIABILITY ANy Amo AU. OWNED AUTOS HIRED AUTOS _, - / SCHEDULED AUTOS AUTOS�� X y DT -810 -0F79972$ -TIL -14 10/1/2016 10/1/2017 SMB NEDt) INGLE UMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $NON-O� (Per nt)Y DAIAAGE $ Medical payments $ 2,000 B X UMBRELLA UAB EXCESS UAB - OCCUR / CLAIMS -MADE X Y DTSM-CUP-0F796197-TIL-14 10/1/2016 10/1/2017 EACH OCCURRENCE $ 5,000,000 $ 5,000,000 AGGREGATE DED X R1±TENTION$ 10,000 $ C WORKERS COMPENSATION /PER AND EMPLOYERS' UABILnY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E yea. describe under DESCRIPTION OF OPERATIONS below Y / N / N / A Y - DTN'US-5910824-5-15 10/1/2016 �� 10/1/2017 '� x EOTH- R E.L EACH ACCIDENT $ 500,000 E.L DISEASE - EA EMPLOYEE $ 500,000 E.L DISEASE - POLICY UMIT $ 500,000 B Installation floater / Leased and Rented Equipment QT -660 -9D916778 -TIL -14 10/1/2016 10/1/2016 10/1/2017 10/1/2017 / limn 1,500,000 limit 100,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may E15233: ONSWTP Facilities Feed Optimization Improvements- Certificate holder is an an additional insured in regards written contract. Waiver of subrogation is provided as required Cancellation applies for General liability, Auto Liability be attached If more space Is required) Flouride vi - General and Auto Liability as required by by written contract. 30 Day Notice of and Workers Compensation. CERTIFICATE HOLDER City of Corpus Christi 1201 Leopard Street Corpus Christi, TX 78469 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. AUTHORIZED REPRESENTATIVE C Vaughan, III/DEENA ACORD 25 (2014101) INS025 rmuanm % © 1988 2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD® CERTIFICATE OF LIABILITY INSURANCE �� DATE(MM/DD/YYYY) 10/7/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Brock Iasuraace Agency 823 Chickamauga Avenue P.O. Box 460 Rossville GA 30741 CCWdTEACT Deena Lamb (PHONE (706) 866-3394FAX . No). (706) 861-4619 E-MAILADDREal@brockins.com INSURERS) AFFORDING COVERAGE NAIC 8 INSURERA:The Charter Oak Fire Insurance 25615 INSURED J. S. Harem Company 1175 Highway 11 North Athens TN 37303 INSURER B :Travelers Property Casualty Company 25674 INsuRERc:Travelers Casualty & Surety Company 31194 INSURER D :UCPM MED EXP (Any one person) INSURER E : INSURER F : PERSONAL & ADV INJURY COVERAGES CERTIFICATE NUMBER:CL1610713187 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. OMR LTR TYPE OF INSURANCE AODL INSD X SUBR WVD POLICY NUMBER DT-C0-0E796197-COF POLICY EFF JMM/DDIYYYYLIMWDD/YYYYL 10/1/2016 POLICY EXP 10/1/2017 LIMITS EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 1 GENERAL AGGREGATE $ 2,000,000 GEN'L i]POLICY AGGREGATE�LIMIT APPLIES PER: ( ( 1 7Ni n LOC OTHER PRODUCTS - COMP/OP AGG $ 2,000,000 Employee Bene1i - Each,$ 1,000,000 B AUTOMOBILE X UABIuTY ANY A� ALL OWNED AUTOS HIRED AUTOS ,_ SCHEDULED AUTOS NON -OWNED AUTOS XDT-810-0F799728-TIL-14 III 10/1/2016 10/1/2017 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) S Medical payments $ 2,000 B X UMBRELLA LIAB,_ EXCESS LIAB OCCUR CLAIMS -MADE X DTSM-CUP-0f796197-TIL-14 10/1/2016 10/1/2017 EACH OCCURRENCE S 5, 000,000 AGGREGATE $ 5,000,000 _DED X RETENTION$ 10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/AREIiBER EXCLUDED? ItoryesaIn Num If yes,e DESCRIPTION OF OPERATIONS below N / A DTNDB-5910824-5-15 10/1/2016 10/1/2017 I x STATUTE I I ER EL. EACH ACCIDENT S 500,000 E.L. DISEASE - EA EMPLOYE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 D Pollution Liability Installation Floater X G28150374001 QT-660-9d91677B 8/15/2016 2/15/2018 10/01/16 10/01/17 2,000,000 1,500,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may E15233: ONSWTP Facilities Feed Optimization Improvements- Certificate holder is an an additional insured in regards written contract. Waiver of subrogation is provided as required Cancellation applies for General liability, Auto Liability be attached II more space Is required) Flouride General and Auto Liability as required by by written contract. 30 Day Notice of and Workers Compensation. CANCELLATION City of Corpus Christi 1201 Leopard Street Corpus Christi, TX 78469 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE C Vaughan, III/DEENA ACORD 25 (2014/01) INSO25 mum� © 1988 2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 10/7/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCERACT Brock Insurance Agency 823 Chickamauga Avenue P .0. Boa 460 Rossville GA 30741 Deena Lamb PHONE Exo: (706) 866-3394 rAic.Ax No): (706)861-4619 AD' :deenal@brockins.com 04SURER(S) AFFORDING COVERAGE NAZC 0 INSURER A :TRAVELERS INSURED J. S. Hasten Company 1175 Highway 11 North Athens TN 37303 INSURER B : INSURER c : INSURER D : INSURER E : $ INSURER F : $ 1610713188 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE 1:. jkSQ�m • r : • POLICY NUMBER POLICY EFF StMM1DDIYYYY)JMMIDD/YYYYL POLICY EXP OMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ I CLAIMS -MADE I J OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GENT AGGREGATE LIMIT APPUES POLICY JCRCT OTHER: PER: LOC PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE UABU TY ANY AUTO ALL OWNED HIRED AUTOS ^_ SCHEDULED NOOK OWNED AUTOS CO S ' ED 1 GLE UM (Ea accEdent) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Por -----ii $ UMBRELLA LIAR EXCESS UAB OCCUR CLAIMS -is EACH OCCURRENCE $ AGGREGATE $ $ DED RETENTION WORKERS AND ANY (( yes DESC�R1 COMPENSATION EMPLOYERS' LIABIUTY Y / N PROPRIETORIPARTNERIEXECUT VE ❑ ry In EXCLUDED? OF OPERATIONS below N / A • STATUTE ER EL EACH ACCIDENT $ E.L DISEASE - EA EMPLOYE $ EL. DISEASE - POLICY LIMIT $ A Owners and Contractors Protective Liability X DT -PRS -4G427618 -IND -16 8/15/2016 8/15/2017 occurrence 1,000,000 aggregate 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Addttlonal Remarks Schedule. may be alzeehad N moro space Is required) E15233: ONSWTP Facilities Feed Optimization Improvements- Flouride Certificate holder is an an additional insured in regards General and Auto Liability as required by written contract. Waiver of subrogation is provided as requiredby written contract. 30 Day Notice of Cancellation applies for General liability, Auto Liability and Workers Compensation. • CERTIFICATE HOLDER TION City of Corpus Christi 1201 Leopard Street Corpus Christi, TX 76469 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE C Vaughan, III/DEENA ACORD 25 (2014/01) INS025 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ADDITIONAL COVERAGES Ref # Description Employee Benefits - Aggreate Coverage Code ' Form' No. • Edition Date Limit 1 2,000,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Uninsured motorist combined single limit Coverage Code UMCSL Form No. Edition Date Limit 1 500,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Drug Free Credit Coverage Code DRUGF Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Experience Mod Factor 1 Coverage Code EXP01 Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium OFADTLCV Copyright 2001, AMS Services, Inc. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An Insured — Broadened Named Insured — Unnamed Subsidiaries G. Blanket Additional Insured — Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION 1-- COVERAGES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty fora charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion xclusion j., Damage To Property, in Para- graph 2. of SECTION 1 — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION 1 — COVERAGES — COVERAGE A. BODILY CGD3161111 H. Blanket Additional Insured — Lessors Of Leased Equipment L Blanket .Additional Insured — States Or Political Subdivisions — Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation V M. Amended Bodily Injury Definition N. Contractual Liability — Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section 1— Coverage A — Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion — All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION III — LIMITS OF IN- SURANCE. ® 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 01.1 4011 a.= • • a= A� 0 0= • 001550 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION 111— LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same 'occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion. or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is . shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. '4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that poition of the contract for a lease of premises that indemnifies any person or organization .for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner, .or b. The contents of .any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV — COMMERCIAL GENERAL UABILITY CON- DITIONS is deleted. Page 2 of 6 C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION 1 — COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of eamings up to $500 a day 'because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person: 2. The following is added to Paragraph 2.a.(1) of SECTION 11— WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising .out of providing or fail- ing to provide: (1) "Incidental medical services" by any of your. "employees" who Is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing -or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. 02011 The Travelers Indemnity Company. Atl,rights reserved. . CG D3 1611 11 3. The following is added to Paragraph 5: of SECTION Ill -- LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION 1— COV- ERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. Thefollowing is added to the DEFINITIONS Section: Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The fumishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of ,providing or failing to provide incidental medical ser- vices", first aid or uGood Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section It — Who Is An Insured. E. WHO IS AN INSURED -- NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II -- WHO IS AN INSURED: COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However. a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2)• Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED -- BROADENED NAMED INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II -- WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named Insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. CG D3 16 11 11 ® 2011 The Travelers Indemnity Company. All rights reserved. Page 3 of 6 001580 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II — WHO. IS AN INSURED: Any person or organization that is a premises •owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or"advertising injury".that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement and b. Arises out of the ownership. maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will •be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed. after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to. or non- contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. Page 4 of 6 H. BLANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION 11 — WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in .a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an •offense that is commit- ted, ommitted, subsequent to the execution of that con- tract or agreement and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are Less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to; and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED — STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION 11 — WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required ® 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 by any ordinance, law or building code to include as an additional insured on this Coverage Part Is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the In- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2.. of Section II — Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership artnership or joint venture; CGD3161111 (3) COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' orkers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. • However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" pollutants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV -- COMMERCIAL GENERAL LI- ABILITY CONDITIONS: 0 2011 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. Page 6 of 6 ® 2011 The Travelers Indemnity Company. All rights reserved. CG D3 1611 11 001581 COMMERCIAL GENERAL LIABILITY ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED -AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION 11— WHO IS AN INSURED: Any person or organization that: a. You agree in a "written contract requiring in- surance" to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an en- dorsement under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. Only as described in Paragraph (1), (2) or (3) below, whichever applies: (1) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: (a) The Additional Insured — Owners, Lessees or Contractors — (Form B) endorsement CG 20 10 11 85; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 10 01, or the Additional In- sured — Owners, Lessees or Contrac- tors — Completed Operations en- dorsement CG 20 37 10 01; the person or organization is an additional insured only if the injury or damage arises out of "your work" to which the "written contract requiring insurance" applies; (2) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: CG D6 04 0813 (3) (a) The Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 2010, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional insured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies; or If neither Paragraph (1) nor (2) above ap- plies: (a) The person or organization Is an ad- ditional insured only if, and to the ex- tent xtent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the perform- ance of "your work" to which the "writ- ten contract requiring insurance" ap- plies; and (b) The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organi- zation. @ 2013 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 611 o a= oil m= o=Ramamm 001558 COMMERCIAL GENERAL LiABIUTY 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. if the Limits of insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written con- tract requiring insurance" will be considered to include the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written con- tract requiring insurance". This endorsement will not increase the limits of insurance de- scribed in Section 111 — Limits Of Insurance. b. The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering .or sur- veying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings. rawings, opinions, reports, surveys, field -or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and • (2) Supervisory, inspection, architectural or engineering activities. c. The insurance provided to the additional in- sured does not apply to "bodily injury' or "property damage" caused by "yourwork" and included in the "products -completed opera- tions hazard" unless- the "written contract re- quiring insurance specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, ex- cess, xcess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that per- son or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 4. As a condition of coverage provided to the addi- tional insured by this endorsement a. The additional insured must give us written notice as soon as practicable of an `occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics .of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in con- nection with •the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d. The additional insured must tender the de- fense and Indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above: 5. The following is added to the DEFINITIONS Sec- tion: tion: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or - Page 2 of -3 @ 2013 The Travelers Indemnity Company. AU rights reserved. CG •136 04 0813 ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury" is caused by an offense committed, during the policy period and: COMMERCIAL GENERAL LIABILITY a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. CG D6 04 08 13 © 2013 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 • C QT o= alp o� dINIMIMO 0 m OINIMMM 0 000944 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED 7 C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 160th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which CA T3 53 02 15 H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your ® 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO permission, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION 11— COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to fumish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of eamings up to $500 a day be- cause of time off from work. F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV — BUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or Tess and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION 11 — COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION 11 — COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. (c) Page 2 of 4 ® 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 0215 Includes copyrighted material of Insurance Services Office, Inc. with its permission. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION 11I — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION 111— PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for 'loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and CA T3 53 02 15 COMMERCIAL AUTO (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by ® 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV — BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non -renewal. Page 4 of 4 ® 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 0215 Includes copyrighted material of Insurance Services Office, Inc. with its permission. s all .1111_. Cimmine 1111_. 1100... POLICY NUMBER DT-CO--0F796197-TIA-16 ISSUE DATE 10-13-16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: NONRENEWAL: SCHEDULE Number of Days Notice of Cancellation: 30 '/ Number of Days Notice of Nonrenewal: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OR NONRENEWAL OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR NONRENEWAL OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: PROVISIONS: A. If we cancel this policy for any statutorily permit- ted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancel- lation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of can- cellation. IL T4 0012 09 001580 B. If we decide to not renew this policy for any statu- torily permitted reason, and a number of days is shown for nonrenewal in the schedfile above, we will mall notice of the nonrenewal to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for nonrenewal in the schedule above be- fore the expiration date. ® 2009 The Travelers Indemnity Company Page 1 of 1 Sam PMMMI aC dEMM cQ .- C_ s ..moi GCa849 POLICY NUMBER: DT -810 -0F799728 -TIL -16 ISSUE DATE: 10-13-16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -- NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE V CANCELLATION: Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF 'SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY AND, 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US.. PROVISIONS: If we .cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. IL T4 05 0311 @ 2011 The Travelers • Indemnity Company. All rights reserved. Page 1 of 1 • INOMMIMMI MINI 0= o= TRAVELERS J ONE TOWER SQUARE HARTFORD, CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 R3 (00) POLICY NUMBER: (DTHUB-5910B24-5-16 ) NOTICE OF CANCELLATION TO DESIGNATED PERSONS OR ORGANIZATIONS The following is added to PART SIX - CONDITIONS: Notice Of Cancellation To Designated Persons Or Organizations If we cancel this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation to. each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address at least the number of days shown for that person or organiza- tion before the cancellation is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. if we cannot mail or deliver a notice of cancellation to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation. SCHEDULE Number of Name and Address of Designated Persons or Organizations: Days Notice ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN 30 CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEE TO IT THAT WE RECEIVE A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: mc THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN ▪ REQUEST FROM YOU TO US. o= DATE OF ISSUE: 10-14-16 ST ASSIGN: 022843D 2013 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 TRAVELERSJ ONE TONER SQUARE HARTFORD, CT 06183 • WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 R3 (00) POLICY NUMBER: (DTHUB-5910624-5-16 ) Name and Address of Designated Persons or Organizations: Number of Days Notice DATE OF ISSUE: 10-14-16 ST ASSIGN: Page 2 of 3 ® 2013 The Travelers Indemnity Company. All rights reserved arm �s wr sus o= 0= lk TRAVELERS ONE TONER SQUARE HARTFORD, CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 R3 (00) POLICY NUMBER: (DTHUB-5910B24-5-16 ) Name and Address of Designated Persons or Organizations: Number of Days Notice All otherterms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium $ Insurance Company Countersigned by DATE OF ISSUE: 10-14-16 ST ASSIGN: 022844® 2013 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 TRAVELERS ORE TOWER SQUARE HARTFORD, CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 0313 (00)-01 POLICY NUMBER: (DTHUB-5910B24-5-16 ) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate dimly or Indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. DATE OF ISSUE: 10-14-i 6 ST ASSIGN: 00 6116 PAYMENT BOND BOND NO. 6021121009 Contractor as Principal Name: J.S. Haren Company Mailing address (principal place of business): 1175 Highway 11 N. Athens, TN 37303 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E15233 ONSWTP Facilities Feed Optimization Improvements - Fluoride Award Date of the Contract: January 10, 2017 Contract Price: $1,073,000.00 Bond Date of Bond: January 18, 2017 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: United States Fire Insurance Company Mailing address (principal place of business): 305 Madison Avenue Morristown, NJ 07962 Physical address (principal place of business): 305 Madison Avenue Morristown, NJ 07962 Surety is a corporation organized and existing under the laws of the state of: Delaware By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 973-490-6600 Telephone (for notice of claim): 973-490-6600 Local Agent for Surety Name: Michael Ziemer Address: 11490 Westheimer Road, Ste 300 Houston, TX 77077 Telephone: 713-954-8353 Email Address: michael.ziemerta'�,fairmontspecialty.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E15233 ONSWTP Facilities Feed Optimization Improvements - Fluoride RECEIVED FFB 1 2017 ENGINEERING SERVICE 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Name: •S •1- are,n Title: ieS I d A Email Address: JS JarJs } ,0, r,,* • ;� OORpp� f 1111100° Surety Signature: Name: Kelly L. Berry Title: Attorney-in-fact Email Address: kelly@bondssoutheast.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E15233 ONSWTP Facilities Feed Optimization Improvements - Fluoride 006116-2 7-8-2014 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 01130405518 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Gregory E. Nash, Phillip H. Condra, Kelly Berry each, its true and lawful Attorney(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 31, 2018. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 10th day of March, 2016. UNITED STATEN FIRE INS! TR A NCE COMPANY State of New Jersey} County of Morris } Anthony R. Slimowicz, Senior Vice President On this 10th day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES 3/25/2019 1, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is slil1 in force and effect and has not been revoked. IN WITNESS WHEREOF, I have�h • •� asrei'my hand and affixed the corporate seal of United States Fire Insurance Company on the lath day of January 20 17 •°•"•"• UNITED STATES FIRE INSURANCE COMPANY Al Wright, Senior Vice President 00 61 13 PERFORMANCE BOND BOND NO. 6021121009 Contractor as Principal Name: J.S. Haren Company Mailing address (principal place of business): 1175 Highway 11 N. Athens, TN 37303 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E15233 ONSWTP Facilities Feed Optimization Improvements - Fluoride Award Date of the Contract: January 10, 2017 Contract Price: $1,073,000.00 Bond Date of Bond: January 18, 2017 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: United States Fire Insurance Company Mailing address (principal place of business): 305 Madison Avenue Morristown, NJ 07962 Physical address (principal place of business): 305 Madison Avenue Morristown, NJ 07962 Surety is a corporation organized and existing under the laws of the state of: Delaware By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 973-490-6600 Telephone (for notice of claim): 973-490-6600 Local Agent for Surety Name: Michael Ziemer Address: 11490 Westheimer Road Ste 300 Houston, TX 77077 Telephone: 713-954-8353 Email Address: michael.ziemer@fairmontspecialty.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 RECEIVED FEB 1 2017 ENGINEERING SER' �CE� Performance Bond 00 61 E15233 ONSWTP Facilities Feed Optimization Improvements - Fluoride 7-8-2014 - 1 2014 END OF SECTION Performance Bond E15233 ONSWTP Facilities Feed Optimization Improvements - Fluoride 006113-2 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: r/ce Surety Signature: Name: Title: Email Address: (Attach Power / , / �//A � �� Name: J . 5. Hare r \ Kelly L. Berry Title: PreS 1 CU p+ Attorney-in-fact Email Address: • '''% JS) -6.f(.() L Jsl-ktreo.c -- kelly@bondssoutheast.com �,PREN c%, 9� • Z= TENNES of Attorney and place surety seal below) .. . .: ....%. .e. b . ........ ;id lii ailC3INN '4- ., END OF SECTION Performance Bond E15233 ONSWTP Facilities Feed Optimization Improvements - Fluoride 006113-2 7-8-2014 i;• POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 01130405518 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Gregory E. Nash, Phillip H. Condra, Kelly Berry each, its true and lawful Attomey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars (57,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 31, 2018. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 10th day of March, 2016. UNITED STATES FIR F. !NSI IRANCE COMPANY State of New Jersey} County of Moms } Anthony R. Slimowicz, Senior Vice President On this 10th day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES 3/25/2019 I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is, i11 in force and effect and has not been revoked. .....cuititr� •r IN WITNESS WHEREOF, I hpt'llniagto4sietny hand and affixed the corporate seal of United States Fire Insurance Company on the1ft day of January 20 17 4:•p•‘,.•, UNITED STATES FIRE INSURANCE COMPANY � w ••.w1•.-, � C—) Al Wright, Senior Vice President CERTIFICATE OF INTERESTED PARTIES Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. '1 Name of business entity filing form, and the city, state and country of the business entity's place of business. J. S. Haren Company Athens, TN United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi FORM 1295 1 of 1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-140248 Date Filed: 11/28/2016 Date Acknowledged: n, Aimee Alcorn -Reed J!,x 2017.02.06 15:12:36 -06'00' 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. E15233 ONSWTP Fluoride Feed System Improvements 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. 6 AFFIDAVIT kt° 4 TENNESSEE. 1401P pUSI-te swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL: ABOVE Sworn to and subscribed before me, by the said(V100/f d/(.f.._X)f{ ,—___.- , this the 2 day of 04 20 IJJ , to certify which, witness my hand and seal of office. Signature of officer administering oath .SA -kr -en e s I Ctt Printed name of officer administering oath Title of officer administering oath i-orms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277